SlideShare a Scribd company logo
1 of 74
Water and Power Development Authority
INITIAL DRAFT REPORT
ON
EVALUATION OF TECHNICAL BID
(QUALIFICATION PART)
Project : MohmandDam HydropowerProject
Contract: : Procurementof Works:
Constructionof Civil Works including Design,
Supply and Installation of Electricaland Mechanical
Works and Hydraulic SteelStructures
ICB № : MDHP-01
Contract № : ICB-MDHPP-01
December 2018
LOGO
Water and Power Development Authority Initial Drat Report of Evaluation on Technical Bid
Mohmand Dam Hydropower Project (Part A -Eligibility and Qualification)
I| TOC
TABLE OF CONTENTS
EXECUTIVE SUMMARY
SECTION 1: INTRODUCTION 3
1.1 General 3
1.2 Clarifications and Addenda 3
1.3 Submission of Bids 3
1.4 Bid Opening and Recording 3
1.5 Bid Evaluation Committee 4
1.6 Bid Evaluation Process 5
1.7 Technical Bid Evaluation Process 5
SECTION 2: INITIAL EXAMINATION OF BIDS 6
2.1 Procedure 6
2.2 Verification of Bidders’ Documents 6
2.3 Status of Bidder 6
SECTION 3: PRILIMINARY EXAMINATION FORCOMPLETENESS 7
3.1 General 7
3.2 Initial Review Comments 7
SECTION 4: PLELIMINARY EXAMINATION OF TECHNICAL BIDS FOR ELIGIBILITY AND
QUALIFICATION 8
4.1 General 8
4.2 Eligibility of the Bidders 8
4.2.1 Nationally 8
4.2.2 Eligibility 9
4.2.3 Historic Contract Non-Performance 9
4.3 Financial Situation and Performance 9
4.3.1 Financial Capabilities 10
4.3.2 Average Annual Construction Turnover 11
4.3.3 Evaluation Results - Financial Situation and Performance 11
4.4 General Construction Experience Error! Bookmark not defined.
4.4.1 Evaluation Criteria Error! Bookmark not defined.
4.4.2 Evaluation of the Bidders Error! Bookmark not defined.
4.5 Specific Construction & Contract Management (Civil Works)Error! Bookmark not
defined.
4.5.1 Evaluation Criteria for Civil Works Error! Bookmark not defined.
4.5.2 Evaluation of the Bidders Error! Bookmark not defined.
4.6 Specific Construction & Contract Management (E&M Works) 20
4.6.1 Evaluation Criteria 20
4.6.2 Evaluation Results 20
4.7 Construction Experience in Key Activities (Civil Works) 21
Water and Power Development Authority Initial Drat Report of Evaluation on Technical Bid
Mohmand Dam Hydropower Project (Part A -Eligibility and Qualification)
II| TOC
4.7.1 Evaluation Criteria – Civil Works (Activity No. 1 to 6) 21
4.8 Construction Experience in Key Activities (E&M Works) 21
4.8.1 Evaluation Criteria – E&M Works (Activity No. 7) 21
4.8.2 Evaluation Results – E&M Works (Activity No. 7) 22
4.8.3 Evaluation Criteria – E&M Works (Activity No. 8) 24
4.8.4 Evaluation Criteria – E&M Works (Activity No. 9) 29
4.8.5 Evaluation Results – E&M Works (Activity No. 9) 29
4.9 Security 31
4.9.1 Evaluation Criteria 31
4.9.2 Submission Requirement 31
4.9.3 Evaluation Results 31
4.10 Finance Raising Experience 32
4.10.1 Evaluation Criteria 32
4.10.2 Evaluation Results 32
SECTION 5: CONCLUSIONS AND RECOMMENDATIONS 33
5.1 Conclusions 33
5.2 Recommendations 33
Water and Power Development Authority Initial Drat Report of Evaluation on Technical Bid
Mohmand Dam Hydropower Project (Part A -Eligibility and Qualification)
III| TOC
APPENDICES
Appendix A. Basic Bidding Data Sheet
Appendix B. Communications with Bidders During Bid Period
Appendix C. Record of Bid Opening
Appendix D. Clarifications during Evaluation
Appendix E. Completeness of Bids
Appendix F. Substantial Responsiveness Details
Appendix G. Financial Analysis
Appendix H. Detailed Technical Examination Tables
Appendix I. Bid Price Analysis
Appendix J. Bid Security
Appendix K. Clarifications prior to Contract Award
Appendix L. Responses from Preferred Bidder
Water and Power Development Authority Initial Drat Report of Evaluation on Technical Bid
Mohmand Dam Hydropower Project (Part A -Eligibility and Qualification)
I| TOC
ACRONYMS
BD Bid Data Sheet
BDF Bidding Forms
CNY Chinese Yuan
EQC Evaluation and Qualification Criteria
GC General Conditions of Contract
HV High Voltage
IB Instructions to Bidders
IFB Invitation for Bids
PKR Pakistani Rupees
ITB Instructions to Bidders
JV Joint Venture
JVA Joint Venture Agreement
kW Kilowatts
LD Liquidated Damages
LV Low Voltage
MV Medium Voltage
MW Megawatt
O&M Operation and Maintenance
PC Particular Conditions of Contract
PEC Pakistan Engineering Council
PKR Pakistani Rupees
PPRA Public Procurement Regulatory Authority
USD United States Dollars
WAPDA Water and Power Development Authority
Water and Power Development Authority Initial Drat Report of Evaluation on Technical Bid
Mohmand Dam Hydropower Project (Part A -Eligibility and Qualification)
2 | Page
Executive Summary
Engineer’s Recommendation
Two Bidders to be evaluated for the Construction of Civil Works including Design, Supply and
Installation of Electrical and Mechanical Works and Hydraulic Steel Structures (MDHP-01). The
Bidders were:
Identifier Bidder Name Single Entity or Joint Venture
Bid-01 CGGC-Descon Joint Venture
Bid-02 FWO-Powerchina Joint Venture
Evaluation has been undertaken in accordance with Section III of the Bidding Document and
comprised:
 Preliminary examination of the Technical Bids for completeness to ensure all of the primary
documents and authorizations required by the Bidding Documents were supplied by each of
the bidders.
 Preliminary examination of the Technical Bids for eligibility and qualification to ensure all the
JV members meet the minimum requirements for eligibility and qualification as set out in
Eligibility and Qualification Criteria given in Section III of the Bidding Documents.
The following table summarizes the results of the evaluation:
No. Item
Bid-01
(CGGC-Descon JV)
Bid-02
(FWO-Powerchina JV)
1. Eligibility Pass Pass
2. Historical Contract Non-Performance Pass Pass
3. Financial Situation and Performance Pass Pass
4 Experience Pass Fail
5 Finance Raising Experience Pass Pass
Overall Evaluation – Eligibility and
Qualification
Pass Fail
Based on evaluation strictly in accordance with the Bidding Documents requirements, it is
therefore recommended that the Bid-01 submitted by CGGC-Descon JV should be qualify for the
next stage of evaluation, whereas the Bid-02 submitted by FWO-Powerchina fails to qualify the
eligibility and qualification criteria and should not be considered for the next stage of evaluation.
Bid-02 submitted by FWO-Powerchina fails to meet the minimum requirements set out for
eligibility and qualification due to the following reasons:
 FWO-Powerchina JV has submitted shown general construction experience without
providing supporting documents. After clarification, FWO could not furnish the documents.
 FWO has submitted Gomal Zam certificate and meet 10% criteria of the one contract for
100 Billion. On the basis of the FWO has shown prime contractor but could produce the
certificate. Pursuant to Clause IB 29.2, Clarification was sought to in the Gomal Zam dam
as prime contractor
Water and Power Development Authority Initial Drat Report of Evaluation on Technical Bid
Mohmand Dam Hydropower Project (Part A -Eligibility and Qualification)
3 | Page
SECTION 1: INTRODUCTION
1.1 General
The Pakistan Water and Power Development Authority (WAPDA), the Employer, is arranging
finance through PSDP, own equity, local commercial loans and supplier’s credit which it intends
to apply in eligible payments towards the implementation of the Mohmand Dam Hydropower
Project.
On 23November, 2017, the Employer issued Invitation For Bids (IFB) to firms or joint ventures
(JVs) to submit sealed bids under Single-Stage Two Envelope Bidding Procedure in accordance
with the relevant provisions of PEC bye-laws for Contract ICB/MDHP-01 for the Construction of
Civil Works including Design, Supply and Installation of Electrical and Mechanical Works and
Hydraulic Steel Structures. The advertisement of IFB on Jang Newspaper is attached as
Appendix-A to this report. The IFB was also posted on WAPDA and PPRA websites.
Bidding Documents for the Contract were issued to 27 Companies and JV Firms. The pre-bid
meeting was held at 11:00 hours on 24 January 2018 at the WAPDA Auditorium, WAPDA House,
Sunny View Estate, Lahore as stipulated in the bidding documents. Most of the bidder’s
representatives attended the pre-bid meeting. The minutes of pre-bid meeting were prepared and
sent to all the bidders who purchased the Bidding Documents. Five (05) Addendums to the
Bidding Documents were issued.
Appendix-B provides basic data sheet of the Tendering Procedure.
1.2 Clarifications and Addenda
During the course of the bid submission period, the bidders requested clarification of a number of
points in the Bidding Documents under ITB 8.1 within the timeframe specified in Section-II of
Bidding Data. In addition, five addenda were issued on 20 May 2018 and 30 June 2018 to
formally account for certain aspects of the Bidding Documents.
Appendix-B gives a list of the Bidders clarification and the Employer’s responses as well as the
addenda issued to the Bidding Documents.
1.3 Submission of Bids
The closing time for the submission of Bids was initially 11:00 am on 26 February 2018 as
specified in the Bidding Documents.On the request of the bidders, the date for the submission of
bids was subsequently extended three times by the Employer and reception of bids was closed
by 1100 hours local time on 26 June 2018. Only two bids were received by the extended bid
closing time.
1.4 Bid Opening and Recording
A Bid Opening Committee, constituted by the Member (Water) through Office Order №. Dated [
attached as Appendix-C], conducted the bid opening activity starting from 11:30 am in the
WAPDA Auditorium, WAPDA House, Lahoreby following the procedure as laid down in the
Bidding Documents. The bidders Envelope 1 containing the bidders’ Technical Bids were opened
in the presence of designated representatives of the biddersand other interested parties
(excluding the media).
The documents provided by the bidders were opened one by one and recorded the following:
Water and Power Development Authority Initial Drat Report of Evaluation on Technical Bid
Mohmand Dam Hydropower Project (Part A -Eligibility and Qualification)
4 | Page
 The name of the Bidder
 Whether there is a modification or substitution;
 The presence of Bid security for an amount of PKR 2 billion (or equivalent in a freely
convertible currency), in the form of an unconditional bank guarantee issued by a
scheduled Bank in Pakistan.
 Number of copies of the Technical Bids provided by Bidders (one original + three hard
copy + two CD soft copies).
The Bidders’ representatives who were present signed a register evidencing their attendance.
The Price Bids (Envelope 2) and Financial proposal (Envelope 3) remained unopened and was
kept under lock and key in the custody of the Employer.
Both the bidders were listed in the following table in the same order in which they were opened.
The complete record of the bid opening activity is attached as Appendix-B.
№ Name of Bidder Abbreviated as
Bid-01 CGGC – DESCON JV, comprising:
 China Gezhouba Group Company Limited (lead partner) CGGC
 DESCON Engineering Limited Descon
Bid-02 FWO – PowerChina JV, comprising:
 Frontier Works Organization (lead partner) FWO
 Power Construction Corporation of China Limited PowerChina
 PowerChina Chengdu Engineering Corporation Limited PowerChina Chengdu
1.5 Bid Evaluation Committee
The task of Bid Evaluation was entrusted to Mohmand Dam Consultants through Amendment # 6
to the Consultancy Services Contract. The following professionals of the Consultants are
involved for the assigned task who are responsible to report to the General Manager (Hydro)
Planning, WAPDA, Sunny View, Lahore:
 Mr. Arshad Mahmood, Deputy Team Leader, Principal Engineer Contracts
 Mr. Muhammad Khan, Technical Evaluation / Reporting Specialist
 Mr. Abdul Rashid Mirza, Financial Analyst
 Mr. David Mayo, Procurement Specialist
 Mr. Saleem Cheema (Mechanical Engineer)
 Mr Qaisar Iqbal (Electrical Engineer)
 Kubak Hussain Bhatti (Advisor Contract available when required)
 Abdul Majid Khan (Advisor Contract available when required)
Two copies of both the Bids [Technical Bids] received were handed over to the Bid Evaluation
Team of the Consultants by the Employer for evaluation as per TOR of the Amendment # 6 to the
Consultancy Services Contract.
Water and Power Development Authority Initial Drat Report of Evaluation on Technical Bid
Mohmand Dam Hydropower Project (Part A -Eligibility and Qualification)
5 | Page
1.6 Bid Evaluation Process
The evaluation of the Bids received involves establishing, firstly, whether the Bdders’ Technical
Bids comply substantially with the Bidding Documents including qualifications of the bidders
(1st stage), and then, secondly, determining which bidder offers the lowest evaluated price
(2nd stage). The Consultants has carried out this evaluation requirements, mentioned in the
Bidding Documents.
1.7 Technical Bid Evaluation Process
The evaluation of Technical bids involves the following steps:
1. Preliminary Examination of Technical Bids for Completeness;
2. Preliminary Examination of Technical Bids for Eligibility and Qualification; and
3. Examination of Technical Bids for Technical Responsiveness.
Water and Power Development Authority Initial Drat Report of Evaluation on Technical Bid
Mohmand Dam Hydropower Project (Part A -Eligibility and Qualification)
6 | Page
SECTION 2: INITIAL EXAMINATION OF BIDS
2.1 Procedure
An initial examination of the submitted bids was conducted in accordance with the bid evaluation
guidelines defined in the Bidding Documents. This involved the following sequential steps:
a) Verification of bidders’ documents
b) Confirmation of the status of the bidders
2.2 Verification of Bidders’ Documents
The bids were initially examined to verify that the bidders had submitted all the documents and
information required by the Bidding Documents. The presence of the following documents was
confirmed:
a) Letter of Technical Bid: The Letters of Technical Bid were inspected for compliance with
the form provided in Section IV of the Bidding Documents. The authority of those
signing the letters was checked. The forms were in order.
b) Bid Validity: The bid validity periods specified in the Letters of Technical Bid submitted
by both bidders were found to match the 182 days required in BD 14.1.
c) Bid Security: The bid securities submitted by the bidders were checked to verify their
compliance with the requirements of the Bidding Documents in terms of:
 Amount – not less than PKR 2,000,000,000;
 Validity – expiry no earlier than 28 days after the validity of the bid expires;
 Format – demand guarantee format as provided in Section IV (Bidding Forms) of
Part 1 (Bidding Procedures) of the Bidding documents;
 Bank – issued by a reputable bank from an eligible country.
The bid securities of both bids were found to be compliant.
2.3 Status of Bidder
The eligibility of the bidders was checked by reviewing the following:
a) Joint Ventures: Joint Venture Agreement: Both bids were submitted by joint ventures
and both included a joint venture agreement (JVA). A more detailed examination of the
JVAs was conducted in the next phase of the evaluation and is reported in 0.
b) Authorisations: The powers of attorney for each JV partner and for the JV itself were
found to be in order.
c) Eligibility: The eligibility of the bidders pursuant to IB.3 was checked to confirm that they
were:
 Licensed by the Pakistan Engineering Council (PEC); and
 Not debarred or blacklisted by PEC or the Public Procurement Regulatory
Authority (PPRA).
The CGGC-Descon JV meets the eligibility conditions but the PEC registrations of two of the
three members of the FWO-PowerChina JV had not finalised their registrations at the time of bid
submission and their bid is therefore evaluated as provisionally compliant on this point.
Water and Power Development Authority Initial Drat Report of Evaluation on Technical Bid
Mohmand Dam Hydropower Project (Part A -Eligibility and Qualification)
7 | Page
SECTION 3: PRILIMINARY EXAMINATION FORCOMPLETENESS
3.1 General
Preliminary examination of the two technical bids for completeness was conducted to ensure all of
the primary documents and authorizations required by the Bidding Documents were supplied by
each of the bidders.
Preliminary examination of two bids for completeness was conducted in compliance with the
requirements of Clause IB. 23.6 (b) of Section II - Bidding Data, which states that “The Employer
shall examine the Technical Bid to confirm that all the documents have been provided, and to
determine the completeness of each document submitted”.
3.2 Initial Review Comments
A table listing the documents required by the Bidding Documents for completeness is provided in
Appendix E. The table also indicates whether each of the documents were provided by the bidders.
It should be noted that the examination of the two technical bids in this stage of the evaluation did
not check whether the listed documents were comprehensive or acceptable; just whether they were
provided and in the correct form. Any deficiencies or inconsistencies in the documentation is
assessed in the next stage of the evaluation.
The conclusions from the completeness check can be summarized as follows:
 CGGC-Descon JV: All documents and authorizations required by the Bidding Documents
were supplied. The bid is complete.
 FWO-PowerChina JV: With one exception, the documents listed in the Bidding Documents
were provided. The exception involves the PEC registrations of two of the JV partners,
Power Construction Corporation of China and PowerChina Chengdu Engineering
Corporation Ltd. They failed to complete their registrations before bid submission and the
bid’s acceptance as complete is therefore conditional on the registration formalities being
concluded prior to contract award should the bid be preferred.
Water and Power Development Authority Initial Drat Report of Evaluation on Technical Bid
Mohmand Dam Hydropower Project (Part A -Eligibility and Qualification)
8 | Page
SECTION 4: PLELIMINARY EXAMINATION OF TECHNICAL BIDS FOR ELIGIBILITY
AND QUALIFICATION
4.1 General
Preliminary examination of both technical bids for eligibility and qualification was conducted to
ensure that all the JV members meet the minimum requirements for eligibility and qualification as
set out in Eligibility and Qualification Criteria given in Section III of the Bidding Documents.
Preliminary examination of both technical bids was carried out in compliance with the requirements
of Clause IB. 23.6 (a) of Section II - Bidding Data, which states that, a) The Employer shall first
examine eligibility and qualification data as per Section-III: Eligibility and Qualification Criteria
submitted by the Bidder. The technical bid examination of only those bidders shall be taken in hand
who meet the minimum requirement as mentioned in Section-III: Eligibility and Qualification Criteria.
Only substantially responsive Bidders shall be considered for further evaluation”.
It requires the bidders to meet with the requirements specified in Section-III which includes the
following:
 Eligibility
 Historical Contract Non-Performance
 Financial Situation and Performance
 Experience (including Security)
 Finance Raising Experience
 Key Personnel and Equipment
Details of these checks on the technical bidsas submitted are included in Appendix F
Pursuant to Clause IB. 28.1 of the Instructions to Bidders, the bidders were asked to clarify aspects
of their bids to assist in their examination, evaluation and comparison. The clarifications requested,
and the responses received are made part of the evaluation and placed at Appendix C.
Below is given results of the preliminary examination of Bis for Eligibility and Qualification.
4.2 Eligibility of the Bidders
The eligibility of the bidders was checked by reviewing the following documents:
4.2.1 Nationally
Nationality was checked from filled Form ELI1.1 & ELI1.2 submitted by both the Bidders and shown
in Table below.
№ Name of Bidder Nationality
Bid 01 CGGC – DESCON JV, comprising:
 China Gezhouba Group Company Limited (lead member) China
 DESCON Engineering Limited Pakistan
Bid 02 FWO – PowerChina JV, comprising:
 Frontier Works Organization (lead member) Pakistan
Water and Power Development Authority Initial Drat Report of Evaluation on Technical Bid
Mohmand Dam Hydropower Project (Part A -Eligibility and Qualification)
9 | Page
№ Name of Bidder Nationality
 Power Construction Corporation of China (PowerChina) China
 PowerChina Chengdu Engineering Corp Ltd. China
4.2.2 Eligibility
The eligibility of the bidders pursuant to IB.3 was checked to confirm that they were:
 Licensed by the Pakistan Engineering Council (PEC); and
 Not debarred or blacklisted by PEC or the Public Procurement Regulatory Authority (PPRA).
The CGGC-Descon JV meets the eligibility conditions but the PEC registrations of two of the three
members of the FWO-PowerChina JV had not finalised their registrations at the time of bid
submission and their bid is therefore evaluated as provisionally compliant on this point.
4.2.3 Historic Contract Non-Performance
The non performance and pending legislation was checked to confirm that:
 Non-performance of a contract did not occur as a result of contractor’s default since 1st
July
2007 (10 yrs.)
 Bidder’s financial position and prospective long term profitability still sound according to
criteria established in 3.1 below and assuming that all pending litigation will be resolved
against the Bidder.
 No consistent history of court/arbitral award decisions against the Bidder1 since 1st July
2012 (5 yrs.)
 Declare any contract that have been suspended or terminated and/or performance security
called by an employer for reasons related to the non-compliance of any health, safety or
environment requirement or safeguard in the past five years since 1st January 2012 (5 yrs.)
The submitted filled Form Con-2 and Con-3 by CGGC and Descon of the CGGC-Descon JV is
found ok showing no historic non conformance and pending legislation. Further the filled form
shows that no due to HSE.
The submitted filled form by FWO, Power Construction Company of China and Powerchina
Chengdu Engineering Corporation did not marked at the relevant boxes, however they have
submitted undertakings stating that the bidder not due to non performance.
Both the bidder meet minimum compliance requirements for eligibility.
4.3 Financial Situation and Performance
This part examines the financial capability and evaluation of the bidders for their post-qualification.
Form FIN-3.1 (Financial Situation and Performance) and Form FIN-3.2 (annual turnover) were
provided in the post qualification documents. The following sub sections were checked and
evaluated:
1 The Bidder shall provide accurate information on the related Bid Form about any litigation or arbitration resulting from contracts
completed or ongoing under its execution over the last five years. A consistent history of awards against the Bidder or any member of a
joint venture may result in failure of the Bid.
Water and Power Development Authority Initial Drat Report of Evaluation on Technical Bid
Mohmand Dam Hydropower Project (Part A -Eligibility and Qualification)
10 | Page
4.3.1 Financial Capabilities
Three sub-categories were defined under this sub section.
4.3.1.1 Cash Flow Requirement
Evaluation Criteria
Pursuant to part 3.1(i) of Section III, all Bidders as a Single Entity and/or All member
Combined shall demonstrate that it has access to, or has available, liquid assets, unencumbered
real assets, lines of credit, and other financial means (independent of any contractual advance
payment) sufficient to meet the construction cash flow requirements estimated as PKR12 Billion for
the subject contract(s) net of the Bidders other commitments.
Evaluation Parameters
Cash flow from operating activities was studied/ evaluated and the Bidder was considered qualified
if it has value of operating profit more than PKR12 Billion over the last five years (average). In
addition, liquidity ratio and symmetry of cash flow is also kept in view.
4.3.1.2 Adequate Source of Finance
Evaluation Criteria
Pursuant to part 3.1(ii) of Section III, all Bidders as a Single Entity and/or All member
Combined shall also demonstrate, to the satisfaction of the Employer, that it has adequate sources
of finance to meet the cash flow requirements on works currently in progress and for future contract
commitments.
Evaluation Parameters
Evidence for available source of funds and commitment letters issued from the Banks of the Bidder
were explored from the post qualification documents. The Bidder was considered to pass if it has
evidence of commitment.
4.3.1.3 Financial Soundness
Evaluation Criteria
Pursuant to part 3.1(iii) of Section III, all Bidders as a Single Entity and/or Each member in
case of Joint Venture shall submit the audited balance sheets or, if not required by the laws of the
Bidder’s country, other financial statements acceptable to the Employer, for the last 5 years shall be
submitted and must demonstrate the current soundness of the Bidder’s financial position and
indicate its prospective long-term profitability.
Evaluation Parameters
The following indicators were studied from the financial instruments and from the data provided at
form FIN-3.1 in the post qualification document;
Average Net Working Capital for last 5 years considered an appropriate value to represent funds
required for meeting day by day expenses and for making funds available for upfront payments to
suppliers of labour and equipment during implementing the proposed project on part of civil
contract.
Average Net Worth for last 5 years considered appropriate. The Bidders were considered to pass if
they fulfilled the above criteria.
Water and Power Development Authority Initial Drat Report of Evaluation on Technical Bid
Mohmand Dam Hydropower Project (Part A -Eligibility and Qualification)
11 | Page
4.3.2 Average Annual Construction Turnover
Evaluation Criteria
Requirement Minimum average annual construction turnover of PKR 50 Billion, calculated
as total certified payments received for contracts in progress and/or completed
within the last five (5) years, divided by 5 years.
Compliance
Requirement
All member combined
must meet the
requirement.
Each member must
meet 20% of the
requirement
One member must
meet 60% of the
requirements
Evaluation Parameters
Data submitted was evaluated by computing average value over 5-years.
4.3.3 Evaluation Results - Financial Situation and Performance
The results of evaluation are summarized in the following Table.
Item
CGGC-Descon
JV
Remarks
FWO-Powerchina
JV
Remarks
FIN-3.1(i)
Cash flow
(PKR 12 Billion)
P P
FIN-3.1(ii)
Adequate
source of
Finance.
P P
FIN-3.1(iii)
Financial
Soundness
P Explanatory
Note 1a&1b.
P Explanatory
Note 2a&2b.
FIN-3.2
Average
construction
turnover
(PKR 50 Billion)
P P
Overall
Evaluation
P P
Financial Capability Summary
The Bidder was considered to pass financially if it met the requirements given under Eligibility and
Qualification Criteria (FIN-3.1 and FIN-3.2) as explained above and considered to fail if it did not
meet the requirements. For evaluation, it was considered that the Bidder must pass in FIN-3.1 (i),
(iii) and FIN-3.2.
Explanatory Notes
1. China Gezhouba Group Co. Ltd.
a. The China Gezouba Group Co. Ltd. did not provided Certified translated copies in English
language of the Commercial Auditor Report of the Financial Statements for the year 2013-
2017 have not been found with the Bid. The required documents to be provided as per Sub-
Water and Power Development Authority Initial Drat Report of Evaluation on Technical Bid
Mohmand Dam Hydropower Project (Part A -Eligibility and Qualification)
12 | Page
Clause 10.1 of instructions to Bidders. Clarification has sent to China Gezouba Group Co.
Ltd., but no response has been submitted properly. This bidder has conditionally Pass,
China Gezhouba Group Group Co. Ltd. will provide Certified translated copies from
commercial auditor in English language before award of Project.
b. The value of available Cash flow from operating activities (Fin-3.1(i)) is negative over the last
five years, which is the major indicator and reveals that the Bidder has no funds to meet his
daily expenses on the project. It also makes the Bidder weak in determining his status on
financial soundness. The Bidder shall demonstrate that it has access to, or has available,
liquid assets, unencumbered real assets, lines of credit, and other financial means
(independent of any contractual advance payment) sufficient to meet the construction cash
flow requirements. For the reasons the Applicant is considered to “Pass”.
2. Power China Chengdu Engineering Corporation Limited
a. The Power China Chengdu Engineering Corporation Limited did not provided Certified
translated copies in English language of the Commercial Auditor Report of the Financial
Statements for the year 2013-2017 have not been found with the Bid. The required
documents to be provided as per Sub-Clause 10.1 of instructions to Bidders. Clarification
has sent to China Gezouba Group Co. Ltd., but no response has been submitted properly.
This bidder has conditionally pass, Power China Chengdu Engineering Corporation Limited
will provide Certified translated copies in English language before award of Project.
b. The value of available working capital is negative over the last five years, which is the major
indicator and reveals that the Bidder has no funds to meet his daily expenses on the project.
It also makes the Bidder weak in determining his status on financial soundness. For any
business entity, generating working capital for meeting daily requirement is essential. The
Bidder shall demonstrate that it has access to, or has available, liquid assets,
unencumbered real assets, lines of credit, and other financial means (independent of any
contractual advance payment) sufficient to meet the construction cash flow requirements.
For the reasons the Applicant is considered to “Pass”.
c. Financial certificates has not provided by Power China Chengdu Engineering Corporation Limited
regarding Financial resources in Fin 3.3, The bidder has conditional pass, Bidder will provide
necessary certificates before award.
Water and Power Development Authority Initial Drat Report of Evaluation on Technical Bid
Mohmand Dam Hydropower Project (Part A -Eligibility and Qualification)
13 | Page
4.4 General Construction Experience
4.4.1 Qualification Criteria
As per Sub-Factor 4.1(a) of Section III, all Bidders as a Single Entity and/or Each Member
in the case of Joint Ventures shall demonstrate experience under construction contracts in the
role of prime contractor, JV member, Sub-Contractor, or Management Contractor for at least the last
20 years, starting 1st July 1997.
4.4.2 Examination of Technical Bids
Bidder #1 (CGGC-Descon JV)
CGGC
The Bidder has provided Form EXP 4.1 with the Bid for Lead Member, CGGC, listing 10 contracts
for hydropower projects to demonstrate its general construction experience (refer Appendix B). The
Bidder has submitted Contract Fulfilment Certificates, Performance Certificates and Contracts
Agreements in compliance with the submission requirements.
The listed contracts depict adequate generation construction experience of the Lead Partner and
meet the minimum requirements set forth for general construction experience.
Descon
The Bidder has also provided Form EXP 4.1 with the Bid for JV Member, Descon, listing 16
contracts for dams, hydropower, barrages, roads and buildings projects to demonstrate his general
construction experience (refer Appendix B). The JV member has submitted Taking Over certificates,
Defects Liability Certificates and Final Completion Certificates in compliance with the submission
requirements.
The listed contracts depict adequate generation construction experience of the JV member and
meet the minimum requirements set forth for general construction experience.
Conclusion
The Bidder fulfils the minimum requirements of Sub-Factor 4.1(a) of Section-III, Eligibility and
Qualification Criteria
Bidder #2 (FWO-Powerchina JV)
FWO
The Bidder has provided Form EXP 4.1 with the Bid for his Lead Member, FWO listing sixteen (16)
contracts for roads, road interchanges, bridges, storm water, sewerage and water supply projects to
demonstrate his general construction experience (refer Appendix D). However, he has submitted in
the Bid no supporting documents in compliance with the submission requirements.
The above listed contracts provided in Form EXP 4.1 were executed from June 2006 to August
2016 (about 10 years), whereas in the Article 1.7 (Projects] under "An Introduction of FWO"
submitted with Form ELI-I .2 in the Bid, the construction experience of the FWO is appearing as
about 44 years.
Pursuant to Sub-Clause 25.1[Clarification of Bids], clarification was accordingly sought from the
Bidder to establish general construction experience of the Lead Member for at least the last 20
years, starting 1st July 1997 as per requirement of Sub-Factor 4.1(a) of Qualification Criteria.
Water and Power Development Authority Initial Drat Report of Evaluation on Technical Bid
Mohmand Dam Hydropower Project (Part A -Eligibility and Qualification)
14 | Page
In response, the Bidder has provided contract agreements for two new road contracts for his Lead
Member signed by the Lead Member during year 1992 and 1998. However no documentary
evidence has been provided for the contracts already provided in Form EXP 4.1 with the Bid.
The already listed contracts and the two new contracts depict general construction experience of
the Lead Member, FWO and meet the minimum requirements set forth for general construction
experience.
PowerChina
The Bidder has provided Form EXP 4.1 with the Bid for his JV Member, PowerChina listing four (04)
contracts for hydropower (Appendix D). The Bidder has submitted Performance certificates, Taking
Over Certificates, Defects Liability Certificates in the Bid in compliance with the submission
requirements.
However, the provided supporting documents for all four (04) listed contracts depicts that all these
contracts were actually completed by Sinohydro Corporation (previously known as China National
Water Resources and Hydropower Engineering Co.), which is parent company of this JV member.
Furthermore, year of constitution of this JV member has been indicated as 1988 in Form ELI-I.2
whereas in the Pinsent Masons Report on "Acquisition of Main Business and Change of Company
Name" provided with the Bid, the date of incorporation of this JV member was mentioned as
30th
November, 2009.
Pursuant to Sub-Clause 25.1[Clarification of Bids], the Bidder was accordingly requested to clarify
and demonstrate his general construction experience.
In response, the Bidder provided a document titled “Ministry of Construction Documents (88)
Construction No. 197” dated August 24, 1988, wherein the approval of application for the
establishment of China National Water Resources and Hydropower Engineering Corporation
(currently known as Sinhydro Corporation) has been mentioned.
The Bidder has again referred the above mentioned Pinsent document and also submitted un-
notarized certificate from the State Owned Assets Supervision and Administration Commission
(SASAC) without notarization) of State Council, wherein it is confirmed and certified by SASAC that
“the Main Business assets of Sinohydro Corporation and its subsidiaries have been legally
superseded by Sinohydro Group (renamed as Power Construction Corporation of China), and the
related credentials, financial capacity and experience of Main Business of Sinohydro Corporation
and its subsidiaries had been legally superseded by Sinohydro Group Limited (rename as Power
Construction Corporation of China).”
From the above, it has become evident that the year of constitution of JV member stated as 1988 in
form ELI1.2 submitted with the Bid is actually the year of constitution of China National Water
Resources and Hydropower Engineering Corporation (currently Sinohydro Corporation) which is the
parent company. The actual year of constitution of the PowerChina is 30th
November 2009 as stated
in Pinsent document. However, the document / certificate from SASAC does not depict experience
of the JV Member but reveals experience of its subsidiaries legally transferred from Sinohydro
Corporation (Parent Company).
Hence, the JV member does not fulfil the minimum criteria of at least the last 20 years, starting 1st
July 1997 required for general construction experience.
Water and Power Development Authority Initial Drat Report of Evaluation on Technical Bid
Mohmand Dam Hydropower Project (Part A -Eligibility and Qualification)
15 | Page
PowerChina Chengdu
The Bidder has provided Form EXP 4.1 with the Bid for his JV member, PowerChina Chengdu,
listing three (03) contracts for hydropower projects (Appendix D). The JV member has submitted
Contract Agreements for two contracts and Performance Certificate for one contract in compliance
with the submission requirements, but these documents are not notarized.
However, the provided Contract Agreements of the two contracts reveals that these contracts were
awarded for engineering (feasibility design) only. Furthermore, the JV member name appearing in
one Contract Agreement and the Performance Certificate was found different compared with the
documents meant for change of name during past years given with Form ELI 1.2.
Pursuant to Sub-Clause 25.1[Clarification of Bids], the Bidder was requested to clarify and
demonstrate his general construction experience in construction contracts. The Bidder was also
requested to clarify the name of the JV member.
In response the Bidder provided further documents for five (05) contracts to demonstrate its general
construction experience in construction contracts. The Bidder has also submitted amended
Contracts Agreement and Performance Certificate translated in English language (without
notarization), wherein the name of JV member has been changed/corrected.
On basis of documents provided through post bid clarification, this JV Member meets the minimum
requirements set forth for general construction experience. However notarized documents need to
be submitted to ensure authenticity of the documents.
4.5 Specific Construction& Contract Management
4.5.1 Qualification Criteria – Civil Works
As per Sub-Factor 4.2(a) of Section III - the evaluation criteria is hereunder:
Criteria 1 Participation as prime contractor or JV; one (1) contract with a value of at least
PKR 100 billion equivalent or at least two (2) contracts, each with a value of at
least PKR 50 billion equivalent, that have been successfully completed for the
hydropower projects or dams with gated spillway or barrages with gated
structures, powerhouse and ancillary works in last 20 years:
Compliance
Requirement
All member combined
must meet the
requirement.
Each member must meet
10% of the requirement
One member must
meet 50% of the
requirements
Criteria 2 Participation as prime contractor or JV; Construction of Earth Core Rock-Fill
Dam or Concrete Faced Rock-Fill Dam over 100 m high, Large Gated Concrete
Chute Spillway, Diversion Tunnels and Power Intakes, Power Tunnels, Power
House &Ancillary Works and Irrigation Tunnels:
Compliance
Requirement
All member combined
must meet the
requirement.
N/A N/A
4.5.2 Examination of the Technical Bid
Bidder #1 (DESCON –CGGC JV)
Water and Power Development Authority Initial Drat Report of Evaluation on Technical Bid
Mohmand Dam Hydropower Project (Part A -Eligibility and Qualification)
16 | Page
CGGC
The Bidder has provided in Form EXP 4.2(a) with the Bid for his Lead Partner, CGGC, listing seven
(07) contracts for hydropower projects ((Refer Appendix E). The Bidder has submitted Performance
Certificates in compliance with the submission requirements. For contracts completed in China,
documents are provided in Chinese language along with notarized translated copies in English
Language.
Two contracts out of seven correspond to Three Gorges Project & Xiangjiaba Hydropower Station
Project in China. Each of these two projects meets the specified requirements stated here above
under the qualification criteria for All Members Combined as well as for One Member.
Descon
The Bidder has also provided Form EXP 4.2(a) with the Bid for his JV member, Descon, listing three
(03) contracts including one contract for dam and two contracts for barrages (Refer Appendix-E).
The Bidder has provided Taking Over Certificates for the listed contracts in compliance with the
submission requirements.
One of the listed contracts corresponds to Construction of New Khanki Barrage and Auxiliary Works
Project in Pakistan. This contract meets the specified requirements stated here above under the
qualification criteria for Each Member.
FWO-Power China JV
FWO
The Bidder has provided Form EXP 4.2(a) with the Bid for his Lead Member and has mentioned
therein one Contract of Gomal Zam Dam Multipurpose Project (Contract No. GZD-02) completed
by him as a prime contractor. The contract value of the given contract exceeds the minimum value
of PKR 10 Billion (10% of 100 Billion) as per stipulated criteria for each JV member. In support of
this, the bidder has appended Letter of Acceptance, Balanced Works Certificate for Irrigation
Component (73% completion) and Balanced Works Certificate for Dam & Hydropower Component
(Substantial completion). Both these certificates are without any No. and date.
It was further revealed from the record available with the Employer that the balance works of the
Gomal Zam Dam Project under Contract No. GZD-02 were executed through subcontractors and
that the documents provided with the bid do not depict each respective part of works actually
executed by FWO and its subcontractors.
Pursuant to Sub-Clause 25.1[Clarification of Bids], the bidder was asked to provide information
regarding the actual works executed by the FWO in the Gomal Zam Dam Project along with
authenticated documentary evidence [Taking Over Certificate and Defects Liability Certificate] from
the Employer as per Notes given under Eligibility and Qualification Criteria. These documents were
also required for establishing the professional and technical capacity of FWO to execute its share
of 65% of the Project cost entrusted to him as per JV Agreement.
In response, the bidder submitted Handing / Taking over between the Govt Departments of Gomal
Zam Irrigation Net Work(Contract No.02) including its Punch List etc. and nothing was clarified
regarding the distribution of Works of Gomal Zam Dam Project among the main contractor and its
sub-contractors. No documentary evidence [Taking Over Certificate and Defects Liability Certificate]
from the Employer as per Notes given under Eligibility and Qualification Criteria was provided. The
documents available with WAPDA depict that FWO has executed security arrangements only and
works of both the Components of the project (Irrigation + Dam) were executed through its Sub-
Contractors.
Water and Power Development Authority Initial Drat Report of Evaluation on Technical Bid
Mohmand Dam Hydropower Project (Part A -Eligibility and Qualification)
17 | Page
According to the JV agreement for the current project, FWO has to perform 65% work of the project.
Pursuant to Sub-Clause37.1of Bidding Data, the bidder may propose subcontracting up to a
maximum of 30% of total value of each Lot. If we assume that all works assigned to other Jv
members shall not be sub-contracted and 30% part will be sub-contracted from the FWO’s share,
then 35% of the works will be required to be performed by FWO itself. Since from the available
information provided with the Bid FWO has no experience in actual execution of works itself,
professional and technical capability to execute the works of Lot-2 (Main Dam and Auxiliary Works
which is the main component of the project). As such, capability of FWO is not determined for
specific construction and contract management experience pursuant to Sub-Clause 29.2 of
Instruction to Bidders.
Power Construction Corporation of China
The Bidder has provided Form EXP 4.2(a) for JV member, PowerChina, listing two
Contracts.1st
contract (Bacun Hydro Electric Project) was awarded to Malysia China Hydro Joint
Venture wherein Sinohydro Corporation’s share was 30% and is less than PKR 100 Billion required
for One Member. The 2nd contract (Coca CodoSinchair Hydropower Project(EPC) in Ecodaur)
exceeds the value of PKR 100 Billion for one member to meet the requirement as per criteria
stipulated in the Bidding Documents.
However, the performance certificate provided in the Bid is depicting the Contractor’s name as
Sinohydro Corporation. As explained earlier that Sinohydro Corporation is the parent company of
this JV member and therefore experience of this JV member with regard to Coca Codo Sinchair
Hydropower Project is not being considered.
Powerchina Chengdu Engineering Corporation
The bidder has provided Form EXP 4.2(a) for JV member listing 1 contract of Doundu Hydropower
Project. Performance certificate in Chinese language and English translation has been provided
without any Notarial Certificate.
The listed contract exceeds the contract value requirement of PKR 10 Billion (10% of PKR 100
Billion) for each member and meet 10% requirements of each member to meet the requirement as
per criteria stipulated in the Bidding Documents.
.
4.5.3 Evaluation Criteria
As per part 4.2(a) of Section III, all Bidders as a Single Entity and/or All members combined
in the case of Joint Ventures shall demonstrate experience under Construction of Earth Core
Rock-Fill Dam or Concrete Faced Rock-Fill Dam over 100 m high, Large Gated Concrete
Chute Spillway, Diversion Tunnels and Power Intakes, Power Tunnels, Power House &Ancillary
Works and Irrigation Tunnels;
4.5.4 Evaluation Criteria
CGGC-Descon JV
The lead partner, CGGC has listed in form EXP 4.2(a), seven (07) contracts of hydropower projects.
Out the total seven, two contracts (Shuibuya Hydropower Project located in China and Houziyan
Water and Power Development Authority Initial Drat Report of Evaluation on Technical Bid
Mohmand Dam Hydropower Project (Part A -Eligibility and Qualification)
18 | Page
Hydropower Station Project in China) are consisting of CFRD dams. For the two said contracts, the
lead partner has provided performance certificates both in Chinese language and translation in
English (with notarization).
The performance certificate for Shuibuya Hydropower Project located in China indicates the
following salient features:
 The JV member has worked on the project as JV member (leading party)
 Maximum height of the CFRD is 233 m, which make it highest CFRD in the world.
 Open spillway on the left bank
 Powerhouse with installed capacity of 1840 MW (4 x 460 MW each)
 Other E&Minstallation
The performance certificate for Houziyan Hydropower Station Project in China indicates the
following salient features:
 Houziyan Hydropower Station is the 9th cascade hydropower station in the 22-cascade development scheme of
Dadu River mainstream hydropower planning.
 The main junction structures are dam, flood discharge and emptying structures on both banks, right bank head-
type underground water diversion generation system, etc.
 The dam is concrete face rockfill dam with the maximum height 223.50 m.
 The underground powerhouse has installed capacity of 1700MW (4× 425MW).
 Spillway tunnel sluice room size is 15.00m×24.00m (width×height)
 The contracted parts of CGGC are the dam main body works, right bank spillway tunnel and flood
discharge emptyingtunnel worksand downstreamriverregulationworkswiththe accumulated contract
2.656 billion yuan.
From the above, it is evident that Shuibuya Hydropower Project located in China all the
requirements of the above criteria except the irrigation tunnels. Similarly the 2nd
listed contract
Houziyan Hydropower Station located in China also meet the critiera except that the project involves no irrigation
tunnels and the spillway is tunnel type.
On the basis of above, and forgoing the irrigation tunnel, it is evaluated That CGGC-Descon JV meet the criteria
with the listed contract of Shuibuya Hydropower Project located in China and qualify.
FWO-Powerchina JV
The JV member Power construction has listed in form EXP 4.2(a), two contracts of hydropower
projects.
For Bakun hydropower project located in China The project meets the requirement s, however the
contracts in the role of prime contractor, JV member, Sub-Contractor, or management contractor for
at least the last 20 years, starting 1st July 1997.
4.6 Construction Experience in Key Activities
4.6.1 Evaluation Criteria – Civil Works
Pursuant to part 4.2 (b) of Section III, all bidders as Single Entity and/or All parties Combined in
case ofJoint Ventures shall demonstrate minimum construction experience in the following key
activities betweenJanuary 2001 and application submission deadline:
Water and Power Development Authority Initial Drat Report of Evaluation on Technical Bid
Mohmand Dam Hydropower Project (Part A -Eligibility and Qualification)
19 | Page
Key Activity No. 1 River diversion work under a river discharge more than 500 m³/s
Key Activity No. 2 Open excavation more than 200,000 m³ per month
Key Activity No. 3 Construction work of Rockfill Dam Embankment more than 12 million m³ and
forplacement of Rock-Fill embankment of 400,000 m3
per month
Key Activity No. 4 Average rate of concrete for RCC more than 50,000m³ per month
Key Activity No. 5 Waterway tunnel construction having more than D = 10 m
Key Activity No. 6 Spillway (Ogee type) having discharge capacity of more than 7,500 cumec
The evaluation of Key activities of both the bidders is summarized hereunder:
CGGC-Descon JV
The listed contracts in Form EXP 4.2(b) by the bidder meets the criteria of Key Activities 1to 5 as
JV. However,the provided documentary evidences/performance certificates with the Biddo not
depict the performance of key Activity No. 6 by the bidder, Clarification was sought from the bidder
to provide authentic documentary evidence which establish the requisiteexperienceof key activity #6
by the bidder.
In response to the query,the bidder provided the information in shape of design Memorandum which
shows that the detail of the Spillway construction of the required discharge capacity.
Based on theprovided documents the bidder ( CGGC-Descon JV)meets the minimum requirements
of all the six key activities and thus qualifyfor the key activities.
FWO-Powerchina JV
The JV member, Power Construction Corporation of China has submitted Form EXP 4.2(b) showing
Bakun&Meroa Hydropower Projects. However, the provided certificates with the Bid in support of
key activitiesdon’t depict the performance of any key activity by the bidder.
As a result of clarification, the bidder has provided design report parts, drawings and explanation.
These documents depict the performance of minimum requirements of the key activities. However
similar to the general and specific experience, the bidder’s provided certificates are in the name of
the Sinohydro Corporation Ltd whose experience cannot be considered for the bidder and hence
disqualify.
4.6.2 Evaluation Criteria for CFDR Civil Works
4.6.3 Evaluation Criteria for Civil Works
Construction of Earth Core Rock-Fill Dam or Concrete Faced Rock-Fill Dam over 100 m high, Large
Gated Concrete Chute Spillway, Diversion Tunnels and Power Intakes, Power Tunnels, Power
House &Ancillary Works and Irrigation Tunnels;The JV member has submitted two contracts for the
CFRD critiera.
The certificate from Employer is provided with indicate the following:
1. 205 meters high CFRD
2. Eight power tunnels with concrete and steel lined sections having internal finished diameters of 8
5m and 7 Om respectively.
3. Surface Powerhouse sized 260.64m (L) x 55.55m(W) x 69.25m(H);
2. Installed capacity 300MWx8 =2400MW;
Water and Power Development Authority Initial Drat Report of Evaluation on Technical Bid
Mohmand Dam Hydropower Project (Part A -Eligibility and Qualification)
20 | Page
3. Power intake tower sized 170mx68.4mx64m;
4. 8 nos of headrace Tunnels (totally 4503m long, maximum tunneling diameter of 11.1 m)
5. Penstock size: volume 1112m3 and mass 11827t.
4.7 Specific Construction & Contract Management (E&M Works)
4.7.1 Evaluation Criteria
The Bidder / Sub-Contractor/Manufacturer must have supplied the equipment to at least two(2)
similar projects of each value of PKR 30 billion. One (1) project must have been located outside the
home country of the Bidder / Sub-Contractor/Manufacturer. The equipment offered for Mohmand
Dam Hydropower Project must have been in commercial operation for the last five (5) years proven
by the reference documentation of the Employer/End User to be attached by the bidder.
Electrical and Mechanical Works experience can be met through specialized Sub-Contractor/ Sub-
Contractor.
4.7.2 Evaluation Results
CGGC-DESCON JV
CGGC-DESCON has nominated “Consortium of Voith Hydro Shanghai Ltd. & Voith Hydro GmbH &
Co. KG” (Voith Hydro) as Sub-Contractor for Electrical and Mechanical Works. The bidder has
submitted experience of Voith Hydro for this requirement.
The Bidder has submitted documents for five Projects in his Bid. The documents submitted do not
fulfil the requirements of the Bidding Documents. In response to post bid clarification, the bidder
submitted additional documents. Total Project Cost is not mentioned in these documents, but only
Contract Value of the Bidder is mentioned in these documents. The bidder has fulfilled all
requirements of this criteria except that the total Project Cost cannot be determined from the
submitted documents. In this regard, further clarification may be sent to the bidder for providing this
information or the bidder may be asked to provide this information before any pre-award clarification
meeting, if the bidder is selected for award of Contract by WAPDA.
FWO-Power China
The Bidder, in his Bid, has proposed “Andritz Hydro” as a Sub-Contractor / Manufacturer for Turbine
and Generators in Schedule T-4. In Schedule T-2, the Bidder has mentioned “Andritz Hydro China”
for turbine manufacturer and “Andritz Hydro” for Generator. The qualification documents of Andritz
Hydro GmbH have been submitted to substantiate the experience of this requirement. The Bidder
was asked to clarify this. The Bidder in response to post bid clarification informed that a consortium
of Andritz China Ltd, Andritz Hydro GmbH, Austria, Andritz Hydro Ltda, Brazil and Andritz Hydro
Canada Inc. shall be formed. However, no consortium agreement is provided.
The Bidder has submitted documents for six Projects in his Bid. The documents submitted do not
fulfil the requirements of the Bidding Documents. In response to post bid clarification, the bidder
submitted additional documents. The bidder has fulfilled all requirements of this criteria except
commercial operation for the last five (05) years proven by the reference documents by the
Employer/End User certificates. In this regard, further clarification may be sent to the bidder for
providing this information or the bidder may be asked to provide this information before any pre-
award clarification meeting, if the bidder is selected for award of Contract by WAPDA.
Water and Power Development Authority Initial Drat Report of Evaluation on Technical Bid
Mohmand Dam Hydropower Project (Part A -Eligibility and Qualification)
21 | Page
4.8 Construction Experience in Key Activities (Civil Works)
4.8.1 Evaluation Criteria – Civil Works (Activity No. 1 to 6)
Pursuant to part 4.2 (b) of Section III, all applicants as Single Entity and/or All parties Combined in
case of Joint Ventures shall demonstrate minimum construction experience in the following key
activities between January 2001 and application submission deadline:
Key Activity No. 1 River diversion work under a river discharge more than 500 m³/s
Key Activity No. 2 Open excavation more than 200,000 m³ per month
Key Activity No. 3 Construction work of Rockfill Dam Embankment more than 12 million m³ and
for placement of Rock-Fill embankment of 400,000 m3
per month
Key Activity No. 4 Average rate of concrete for RCC more than 50,000m³ per month
Key Activity No. 5 Waterway tunnel construction having more than D = 10 m
Key Activity No. 6 Spillway (Ogee type) having discharge capacity of more than 7,500 cumec
The following summarizes the evaluation conclusions.
CGGC-Descon JV
CGGC-Descon JV listed contracts in Form EXP 4.2(b) meets first of the five criteria. However
regarding the key Activity No. 6, there had no clue in the provided performance certificates.
Clarification was sought from the Lead Partner to provide authentic document which show that the
lead partner has completed the works. As a result the Lead partner provided design Memorandum
which shows that the detail of the Spillway construction.
Based on above the CGGC-Descon JV is meet the minimum requirements of key activity, hence
qualify.
FWO-Powerchina JV
The JV member, Power Construction Corporation of China has submitted Form EXP 4.2(b) showing
Bakun, Meroa Hydropower Projects. The Provided certificates could not demonstrate any of the key
activities. Therefore the bidder has provided design report parts, drawings and explaination.
Considering the additional documents, the FWO-Powerchina JV member could meet the Key
construction experience. However similar to the general and specific experience, the bidder
provided certificates are showing the name of the Sinohydro Corporation and could not be
considered, hence disqualify.
4.9 Construction Experience in Key Activities (E&M Works)
4.9.1 Evaluation Criteria – E&M Works (Activity No. 7)
Implementation of E&M works as prime contractor, joint venture member, or Sub-Contractor in last
20years on international projects outside their home countries and must have been satisfactory
commercial operation for the last five (05) years proven by the reference documentation of the
Employer / End User., a minimum experience in the following key activities successfully completed:
7. The JV or Manufacturer or its Sub-Contractor shall have designed, manufactured, installed,
tested and commissioned satisfactorily of at least two (2) Francis type turbines with unit capacity
of 200 MW or greater including Generator 255 MVA or greater, Power Transformer and Hydraulic
Water and Power Development Authority Initial Drat Report of Evaluation on Technical Bid
Mohmand Dam Hydropower Project (Part A -Eligibility and Qualification)
22 | Page
Gates with at least two (2) different projects in last 20 years. One of the projects should have
been completed outside the home country of the JV or the manufacturer or its Sub-Contractor.
Electrical and Mechanical Works experience can be met through specialized Sub-Contractor/ Sub-
Contractor.
4.9.2 Evaluation Results – E&M Works (Activity No. 7)
CGGC-DESCON JV
FRANCIS TYPE TURBINE WITH CAPACITY OF 200 MW OR GREATER
In his Bid, the Bidder has nominated “Consortium of Voith Hydro Shanghai Ltd. & Voith Hydro
GmbH & Co. KG” (Voith Hydro) as Sub-Contractor. The bidder has submitted experience of Voith
Hydro for this requirement.
The Bidder has submitted documents for five Projects in his Bid. The documents submitted do not
fulfil the requirements of the Bidding Documents. In response to post bid clarification, the Bidder
provided additional documents with project experience details conforming the qualification
requirement of the specified equipment.
GENERATOR WITH CAPACITY OF 255 MVA OR GREATER
The Bidder has nominated “Consortium of Voith Hydro Shanghai Ltd. & Voith Hydro GmbH & Co.
KG” (Voith Hydro) as Sub-Contractor. The bidder has submitted experience of Voith Hydro for this
requirement.
The Bidder has submitted documents for five Projects in his Bid. The documents submitted do not
fulfil the requirements of the Bidding Documents. In response to post bid clarification, the Bidder
provided additional documents with project experience details conforming the qualification
requirement of the specified equipment.
POWER TRANSFORMER
In his Bid, the Bidder has nominated following four manufacturers for this equipment:
i. ABB China Ltd.
ii. Siemens Ltd., China
iii. Changshou XD Transformer Co. Ltd., China
iv. Shandong Power Equipment Co. Ltd., China
The Bidder has submitted documents for above-mentioned manufacturers in his Bid. The
documents submitted do not fulfil the requirements of the Bidding Documents. In response to post
bid clarification, the Bidder provided additional documents with project experience details which do
not fulfil requirements of the bidding documents. In this regard, further clarification may be sent to
the bidder for providing this information or the bidder may be asked to provide this information
before any pre-award clarification meeting, if the bidder is selected for award of Contract by
WAPDA.
HYDRAULIC STEEL STRUCTURE
In his Bid, the Bidder has nominated China Gezhhouba Group Machinery Ship Co. Ltd. China.
The Bidder has submitted documents for CGGC in his Bid. The Bidder was asked to provide
experience of China Gezhhouba Group Machinery Ship Co. Ltd. China. In response to post bid
Water and Power Development Authority Initial Drat Report of Evaluation on Technical Bid
Mohmand Dam Hydropower Project (Part A -Eligibility and Qualification)
23 | Page
clarification, CGGC informed that China Gezhhouba Group Machinery Ship Co. Ltd. China is one of
the subsidiary of CGGC Ltd and the core enterprise of its equipment manufacturing business. The
documents submitted with project experience details fulfil requirements of the bidding documents.
FWO-Power China JV
FRANCIS TYPE TURBINE WITH CAPACITY OF 200 MW OR GREATER
In his Bid, the Bidder has nominated Andritz Hydro as Sub-Contractor.
The Bidder has submitted documents for six Projects in his Bid. The documents submitted do not
fulfil the requirements of the Bidding Documents. In response to post bid clarification, the Bidder
provided additional documents with project experience details. However, these documents do not
conforming the qualification requirement of the specified equipment. In this regard, further
clarification may be sent to the bidder for providing this information or the bidder may be asked to
provide this information before any pre-award clarification meeting, if the bidder is selected for
award of Contract by WAPDA.
It may be noted that Andritz have mentioned that the Site installation of the equipment covered by
the scope of supply will be performed by others, not in Andritz Scope. This work will be carried out
by Power China Chengdu. However, no documents have been provided showing experience of
Chengdu Power China.
GENERATOR WITH CAPACITY OF 255 MVAOR GREATER
In his Bid, the Bidder has nominated Andritz Hydro as Sub-Contractor.
The Bidder has submitted documents for six Projects in his Bid. The documents submitted do not
fulfil the requirements of the Bidding Documents. In response to post bid clarification, the Bidder
provided additional documents with project experience details. However, these documents do not
conforming the qualification requirement of the specified equipment. In this regard, further
clarification may be sent to the bidder for providing this information or the bidder may be asked to
provide this information before any pre-award clarification meeting, if the bidder is selected for
award of Contract by WAPDA.
It may be noted that Andritz have mentioned that the Site installation of the equipment covered by
the scope of supply will be performed by others, not in Andritz Scope. This work will be carried out
by Power China Chengdu. However, no documents have been provided showing experience of
Chengdu Power China.
POWER TRANSFORMER
In his Bid, the Bidder has nominated following four manufacturers for this equipment:
i. TBEA Hengyang Transformer Co. Ltd
ii. TBEA Shenyang Transformer Co. Ltd
iii. Changzhou XD Transformer Co. Ltd.
The Bidder has submitted documents for above-mentioned manufacturers in his Bid. The
documents submitted do not fulfil the requirements of the Bidding Documents. In response to post
bid clarification, the Bidder provided additional documents with project experience details which do
not fulfil requirements of the bidding documents. In this regard, further clarification may be sent to
the bidder for providing this information or the bidder may be asked to provide this information
before any pre-award clarification meeting, if the bidder is selected for award of Contract by
WAPDA.
Water and Power Development Authority Initial Drat Report of Evaluation on Technical Bid
Mohmand Dam Hydropower Project (Part A -Eligibility and Qualification)
24 | Page
HYDRAULIC STEEL STRUCTURE
In his Bid, the Bidder has nominated Sinohydro Jiajiang Hydraulic Machinery Co. Ltd.
The Bidder has submitted documents for Sinohydro Jiajiang Hydraulic Machinery Co. Ltd. in his Bid.
The documents submitted do not fulfil the requirements of the Bidding Documents. In response to
post bid clarification, the Bidder provided additional documents with project experience details which
do not fulfil requirements of the bidding documents. In this regard, further clarification may be sent
to the bidder for providing this information or the bidder may be asked to provide this information
before any pre-award clarification meeting, if the bidder is selected for award of Contract by
WAPDA.
4.9.3 Evaluation Criteria – E&M Works (Activity No. 8)
Sub-Contractors/manufacturers for the following major items of supply or services must meet the
following minimum criteria, herein listed for that item. The minimum criteria will be applied to all
Sub-Contractors / manufacturers, which are intended to be used.
 Major Equipment / Plant Items including:
 Turbine auxiliaries
 Main Inlet Valve (MIV)
 Governor System
 Generator Exciter and Generator
 Unit and Station Auxiliary Power Supply System (MV & LV Switchgear)
 Protection, Relay and Metering Equipment
 Distributed Plant Control system (DCS)
 220kV Switchyard
 220 KV interconnection transmission line
 SCADA System
 Draft Tube Hydraulic Gates
 Low Level Outlet Bonneted Gates
 Low Level Outlet Radial Gates
 Spillway Radial Gates
 Spillway Stop logs
 Diversion Tunnel Intake Fixed
 Flushing Outlet Fixed Wheel Gates
 Flushing Outlet Bulkhead Gates
i. The proposed suppliers must demonstrate at least fifteen (15) years of business starting from
January 01, 1997 on International projects outside their home countries with similar equipment
designed according to international standards.
ii. Main Plant equipment i.e. Turbine, Governor, Generator, Main Inlet Valve, Power Transformer
and Hydraulic Gates shall comply with US/European/Japanese standard.
Evaluation Results (Key Activity No. 8)
CGGC-DESCON JV
Turbine Auxiliaries
Water and Power Development Authority Initial Drat Report of Evaluation on Technical Bid
Mohmand Dam Hydropower Project (Part A -Eligibility and Qualification)
25 | Page
In his Bid, the Bidder did not propose any sub-contractor/manufacturer for this equipment.
The Bidder has asked to confirm his sub-contractor/manufacturer for this equipment through post
bid clarification. In response to post bid clarification, the Bidder has confirmed that the Voith shall be
the manufacturer of turbine auxiliaries. The Bidder in post bid clarification response provided
additional documents with project experience details which fulfil requirements of the bidding
documents.
Main Inlet Valve (MIV)
In his Bid, the Bidder has nominated following three manufacturers for this equipment:
i. Hubei Hongchen General Machinery Co. Ltd., China
ii. China Valves Technology (Changsha) Co. Ltd., China
iii. Tieling Special Valve Corporation, China
The Bidder has submitted documents for above-mentioned manufacturers in his Bid. The
documents submitted do not fulfil the requirements of the Bidding Documents. In response to post
bid clarification, the Bidder provided additional documents with project experience details which do
not fulfil requirements of the bidding documents. In this regard, further clarification may be sent to
the bidder for providing this information or the bidder may be asked to provide this information
before any pre-award clarification meeting, if the bidder is selected for award of Contract by
WAPDA.
Governor System
In his Bid, the Bidder has nominated following three manufacturers for this equipment:
i. Wuhan Sanlian Electric Co. Ltd., China
ii. Three Gorges Nengshida Electrical Co. Ltd, China
iii. Wuhan Changjiang Control Equipment Research Institute, China
The Bidder has submitted documents for above-mentioned manufacturers in his Bid. The
documents submitted do not fulfil the requirements of the Bidding Documents. In response to post
bid clarification, the Bidder provided additional documents with project experience details which do
not fulfil requirements of the bidding documents. In this regard, further clarification may be sent to
the bidder for providing this information or the bidder may be asked to provide this information
before any pre-award clarification meeting, if the bidder is selected for award of Contract by
WAPDA.
Generator Exciter
In his Bid, the Bidder has nominated following three manufacturers for this equipment:
i. Guangzhou Kinte Industrial Co. Ltd., China
ii. Three Gorges Nengshida Electrical Co. Ltd, China
iii. Wuhan Changjiang Control Equipment Research Institute, China
The Bidder has submitted documents for above-mentioned manufacturers in his Bid. The
documents submitted do not fulfil the requirements of the Bidding Documents. In response to post
bid clarification, the Bidder provided additional documents with project experience details which do
not fulfil requirements of the bidding documents. In this regard, further clarification may be sent to
the bidder for providing this information or the bidder may be asked to provide this information
before any pre-award clarification meeting, if the bidder is selected for award of Contract by
WAPDA.
Unit and Station Auxaliary Power Supply System (MV & LV Switchgear)
Water and Power Development Authority Initial Drat Report of Evaluation on Technical Bid
Mohmand Dam Hydropower Project (Part A -Eligibility and Qualification)
26 | Page
In his Bid, the Bidder has nominated following three manufacturers for this equipment:
i. ABB (China) Ltd.
ii. Siemens (Ltd)., China
iii. Schneider Electric (China) Co. Ltd.
The Bidder has submitted documents for above-mentioned manufacturers in his Bid. The
documents submitted do not fulfil the requirements of the Bidding Documents. In response to post
bid clarification, the Bidder provided additional documents with project experience details which do
not fulfil requirements of the bidding documents. In this regard, further clarification may be sent to
the bidder for providing this information or the bidder may be asked to provide this information
before any pre-award clarification meeting, if the bidder is selected for award of Contract by
WAPDA.
Protection, Relay and Metering Equipment
In his Bid, the Bidder has nominated following three manufacturers for this equipment:
i. ABB (China) Ltd.
ii. Siemens (Ltd)., China
iii. Schneider Electric (China) Co. Ltd.
The Bidder has submitted documents for above-mentioned manufacturers in his Bid. The
documents submitted do not fulfil the requirements of the Bidding Documents. In response to post
bid clarification, the Bidder provided additional documents with project experience details which do
not fulfil requirements of the bidding documents. In this regard, further clarification may be sent to
the bidder for providing this information or the bidder may be asked to provide this information
before any pre-award clarification meeting, if the bidder is selected for award of Contract by
WAPDA.
Distributed Plant Control system (DCS)
In his Bid, the Bidder has nominated following three manufacturers for this equipment:
i. ABB (China) Ltd.
ii. Siemens (Ltd)., China
iii. Schneider Electric (China) Co. Ltd.
The Bidder has submitted documents for above-mentioned manufacturers in his Bid. The
documents submitted do not fulfil the requirements of the Bidding Documents. In response to post
bid clarification, the Bidder provided additional documents with project experience details which do
not fulfil requirements of the bidding documents. In this regard, further clarification may be sent to
the bidder for providing this information or the bidder may be asked to provide this information
before any pre-award clarification meeting, if the bidder is selected for award of Contract by
WAPDA.
SCADA System
In his Bid, the Bidder has nominated following three manufacturers for this equipment:
i. ABB (China) Ltd.
ii. Siemens (Ltd)., China
iii. Schneider Electric (China) Co. Ltd.
The Bidder has submitted documents for above-mentioned manufacturers in his Bid. The
documents submitted do not fulfil the requirements of the Bidding Documents. In response to post
Water and Power Development Authority Initial Drat Report of Evaluation on Technical Bid
Mohmand Dam Hydropower Project (Part A -Eligibility and Qualification)
27 | Page
bid clarification, the Bidder provided additional documents with project experience details which do
not fulfil requirements of the bidding documents. In this regard, further clarification may be sent to
the bidder for providing this information or the bidder may be asked to provide this information
before any pre-award clarification meeting, if the bidder is selected for award of Contract by
WAPDA.
Draft Tube Hydraulic Gates, Low Level Outlet Bonneted Gates, Low Level Outlet Radial
Gates, Spillway Radial Gates, Spillway Stop logs, Diversion Tunnel Intake Fixed Wheel
Gates, Flushing Outlet Fixed Wheel Gates, Flushing Outlet Bulkhead Gates
In his Bid, the Bidder has nominated China Gezhhouba Group Machinery Ship Co. Ltd., China.
The Bidder has submitted documents for China Gezhhouba Group Machinery Ship Co. Ltd., China
in his Bid. The documents submitted do not fulfil the requirements of the Bidding Documents. In
response to post bid clarification, the Bidder provided additional documents with project experience
details which fulfil requirements of the bidding documents.
FWO-Power China JV
Turbine Auxiliaries
In his Bid, the Bidder did not propose any sub-contractor/manufacturer for this equipment.
The Bidder has asked to confirm his sub-contractor/manufacturer for this equipment through post
bid clarification. In response to post bid clarification, the Bidder has confirmed that the Andritz Hydro
shall be the manufacturer of turbine auxiliaries. The Bidder provided additional documents with
project experience details which do not fulfil requirements of the bidding documents. In this regard,
further clarification may be sent to the bidder for providing this information or the bidder may be
asked to provide this information before any pre-award clarification meeting, if the bidder is selected
for award of Contract by WAPDA.
Main Inlet Valve (MIV)
In his Bid, the Bidder has nominated following three manufacturers for this equipment:
i. China Valve Technology (Changsha) Co. Ltd.
ii. Tieling Special Valve Corporation
iii. Hubei Hongcheng General Machinery Co., Ltd.
The Bidder has submitted documents for above-mentioned manufacturers in his Bid. The
documents submitted do not fulfil the requirements of the Bidding Documents. In response to post
bid clarification, the Bidder provided additional documents with project experience details which do
not fulfil requirements of the bidding documents. In this regard, further clarification may be sent to
the bidder for providing this information or the bidder may be asked to provide this information
before any pre-award clarification meeting, if the bidder is selected for award of Contract by
WAPDA.
Governor System
In his Bid, the Bidder has nominated following five manufacturers for this equipment:
i. DFEM control equipment Co. Ltd.
ii. Wuhan Changjiang Control equipment Research Institute Co. Ltd.
iii. Beijing IWHR Technology Co. Ltd.
Water and Power Development Authority Initial Drat Report of Evaluation on Technical Bid
Mohmand Dam Hydropower Project (Part A -Eligibility and Qualification)
28 | Page
iv. Wuhan Sanlian Electric Co. Ltd.
v. The Three Gorges of the Yangtze River can reach the electric Limited by Share Ltd.
The Bidder has submitted documents for above-mentioned manufacturers in his Bid. The
documents submitted do not fulfil the requirements of the Bidding Documents. In response to post
bid clarification, the Bidder provided additional documents with project experience details which do
not fulfil requirements of the bidding documents. In this regard, further clarification may be sent to
the bidder for providing this information or the bidder may be asked to provide this information
before any pre-award clarification meeting, if the bidder is selected for award of Contract by
WAPDA.
Generator Exciter
In his Bid, the Bidder has nominated following three manufacturers for this equipment:
i. NR Electric (NR) Co. Ltd.
ii. Guangzhou Kinte Industrial Co. Ltd.
iii. DFEM control equipment Co. Ltd.
The Bidder has submitted documents for above-mentioned manufacturers in his Bid. The
documents submitted do not fulfil the requirements of the Bidding Documents. In response to post
bid clarification, the Bidder provided additional documents with project experience details which do
not fulfil requirements of the bidding documents. In this regard, further clarification may be sent to
the bidder for providing this information or the bidder may be asked to provide this information
before any pre-award clarification meeting, if the bidder is selected for award of Contract by
WAPDA.
Unit and Station Auxaliary Power Supply System (MV & LV Switchgear)
In his Bid, the Bidder has nominated following three manufacturers for this equipment:
i. Chuan Kai Electric Co. Ltd. (CCK)
ii. Daqo group Co. Ltd.
iii. Cooper (Ningbo) Electric Co. Ltd.
The Bidder has submitted documents for above-mentioned manufacturers in his Bid. The
documents submitted do not fulfil the requirements of the Bidding Documents. In response to post
bid clarification, the Bidder provided additional documents with project experience details from
which only Chuan Kai Electric Co. Ltd. (CCK) fulfil the requirement other do not fulfil requirements of
the bidding documents. In this regard, further clarification may be sent to the bidder for providing
this information or the bidder may be asked to provide this information before any pre-award
clarification meeting, if the bidder is selected for award of Contract by WAPDA.
Protection, Relay and Metering Equipment
In his Bid, the Bidder has nominated following three manufacturers for this equipment:
i. Beijing Sifang Automation Co. Ltd
ii. NR Electric (NR) Co. Ltd.
iii. XJ GROUP Corporation
The Bidder has submitted documents for above-mentioned manufacturers in his Bid. The
documents submitted do not fulfil the requirements of the Bidding Documents. In response to post
bid clarification, the Bidder provided additional documents with project experience details from
which only XJ GROUP Corporation fulfil the requirement other do not fulfil requirements of the
bidding documents. In this regard, further clarification may be sent to the bidder for providing this
Water and Power Development Authority Initial Drat Report of Evaluation on Technical Bid
Mohmand Dam Hydropower Project (Part A -Eligibility and Qualification)
29 | Page
information or the bidder may be asked to provide this information before any pre-award clarification
meeting, if the bidder is selected for award of Contract by WAPDA.
Distributed Plant Control system (DCS)
In his Bid, the Bidder has nominated following two manufacturers for this equipment:
i. NR Electric (NR) Co. Ltd.
ii. Beijing IWHR Technology Co. Ltd.
The Bidder has submitted documents for above-mentioned manufacturers in his Bid. The
documents submitted do not fulfil the requirements of the Bidding Documents. In response to post
bid clarification, the Bidder provided additional documents with project experience details which fulfil
requirements of the bidding documents.
SCADA System
In his Bid, the Bidder has nominated following two manufacturers for this equipment:
i. NR Electric (NR) Co. Ltd.
ii. Beijing IWHR Technology Co. Ltd.
The Bidder has submitted documents for above-mentioned manufacturers in his Bid. The
documents submitted do not fulfil the requirements of the Bidding Documents. In response to post
bid clarification, the Bidder provided additional documents with project experience details which fulfil
requirements of the bidding documents.
4.9.4 Evaluation Criteria – E&M Works (Activity No. 9)
9. The following equipment will be installed on Left and Right bank irrigation tunnels to regulate the
discharge as per irrigation requirements.
 Gate valves
 Fixed Cone Valves
 Stainless Steel Pipes
i. The Manufacturer of valves and pipes must have the experience of manufacturing the
equipment upto DN 700& PN 20 and have supplied the equipment to at-least three (3) similar
projects. All of such three (3) projects must have been located outside the home country of the
Manufacturer.
ii. The equipment offered must have been in commercial operation for at least 3 years proven by
the reference documentation to be attached by the bidder.
4.9.5 Evaluation Results – E&M Works (Activity No. 9)
CGGC-DESCON JV
Stainless Steel Pipes
In his Bid, the Bidder has nominated Jiangsu Wujin Stainless Steel Pipe Co., Ltd.
The Bidder has submitted documents for Jiangsu Wujin Stainless Steel Pipe Co., Ltd. in his Bid.
The documents submitted do not fulfil the requirements of the Bidding Documents. In response to
post bid clarification, the Bidder provided additional documents with project experience details which
Water and Power Development Authority Initial Drat Report of Evaluation on Technical Bid
Mohmand Dam Hydropower Project (Part A -Eligibility and Qualification)
30 | Page
do not fulfil requirements of the bidding documents. In this regard, further clarification may be sent
to the bidder for providing this information or the bidder may be asked to provide this information
before any pre-award clarification meeting, if the bidder is selected for award of Contract by
WAPDA.
Fixed Cone Valves, Gate Valves
In his Bid, the Bidder has nominated Shanghai Karon Valves Machinery Co., Ltd.
The Bidder has submitted documents for Shanghai Karon Valves Machinery Co., Ltd. in his Bid.
The documents submitted do not fulfil the requirements of the Bidding Documents. In response to
post bid clarification, the Bidder provided additional documents with project experience details which
do not fulfil requirements of the bidding documents. In this regard, further clarification may be sent
to the bidder for providing this information or the bidder may be asked to provide this information
before any pre-award clarification meeting, if the bidder is selected for award of Contract by
WAPDA.
FWO-Power China JV
Stainless Steel Pipes
In his Bid, the Bidder has nominated Sinohydro Jiajiang Hydraulic Machinery Co. Ltd.
The Bidder has submitted documents for Sinohydro Jiajiang Hydraulic Machinery Co. Ltd. in his Bid.
The documents submitted do not fulfil the requirements of the Bidding Documents. In response to
post bid clarification, the Bidder provided additional documents with project experience details which
do not fulfil requirements of the bidding documents. In this regard, further clarification may be sent
to the bidder for providing this information or the bidder may be asked to provide this information
before any pre-award clarification meeting, if the bidder is selected for award of Contract by
WAPDA.
Gate Valves
In his Bid, the Bidder has nominated Chengdu Chengfeng Valve Corporation Limited.
The Bidder has submitted documents for Chengdu Chengfeng Valve Corporation Limited in his Bid.
The documents submitted do not fulfil the requirements of the Bidding Documents. In response to
post bid clarification, the Bidder provided additional documents with project experience details which
do not fulfil requirements of the bidding documents. In this regard, further clarification may be sent
to the bidder for providing this information or the bidder may be asked to provide this information
before any pre-award clarification meeting, if the bidder is selected for award of Contract by
WAPDA.
Fixed Cone Valves
In his Bid, the Bidder has nominated China Valve Technology (Changsha) Co., Limited
The Bidder has submitted documents for China Valve Technology (Changsha) Co., Limited his Bid.
The documents submitted do not fulfil the requirements of the Bidding Documents. In response to
post bid clarification, the Bidder provided additional documents with project experience details which
do not fulfil requirements of the bidding documents. In this regard, further clarification may be sent
to the bidder for providing this information or the bidder may be asked to provide this information
before any pre-award clarification meeting, if the bidder is selected for award of Contract by
Water and Power Development Authority Initial Drat Report of Evaluation on Technical Bid
Mohmand Dam Hydropower Project (Part A -Eligibility and Qualification)
31 | Page
WAPDA.
4.10 Security
4.10.1 Evaluation Criteria
Pursuant to part 4.3 of Section III, all Applicants as a Single Entity and/or One member in
case of Joint Ventures must submit “Project Security Plan” and demonstrate adequate
organizational capacity required to ensure security of the Project and its employed manpower,
through / in coordination with Sponsoring Department / Law Enforcement Agencies (LEAs).
4.10.2 Submission Requirement
The bidders was required to submit Form 4.3 as per submission requirement wherein the the bidder
shall provide the details of his proposed site security arrangements plan for the staff of employer,
the engineer, his own staff and all the other persons working at site. The bidder shall provide the
details of his security personnel to be deployed for the security and safety of the plant, equipment
and storage yard, along with full details of weapons and other safety equipment to be used by
security staff. The security personnel shall be either retired army officials / LEAs or engaged through
private security agencies, duly licensed by the government. However selection of security agency
should strictly be made according to the instructions issued by Government of Pakistan / NACTA.
4.10.3 Evaluation Results
CGGC-Descon JV
The Lead Partner, CGGC has submitted Security “Arrangement Plan” wherein, it is stated that:
 This security plan will be applicable to the residence facilities, camp site and construction site of
project management teams of all levels at the project during construction stage of Mohmand
Dam project, which mainly includes: safety and security work at project Employer’s camp,
Contractor’s camp, heavy oil power station, 1# work area camp, 2# work area, metal structure
electromechanical processing plants, oil depots, Todobo borrow-area, Sapparre borrow-area
and checkpoints, etc.
 The Security team shall comprise of a Manager of the Security Company and main
management of the CGGC Descon JV. It shall be responsible for the organization and
management of safety related works of the Employer, Engineer and the Contractor, as well as
collaborate with local security organizations (such as army resources and tribe coordination).
 The Lead Partner has also provided relevant information data such Brochure, Brief presentation,
etc. of the two local security companies i.e. Ghouri Security Company and Ready Guard
Company.
 The details of the security technology and equipment are also provided.
FWO-Powerchina JV
The Lead Partner, FWO has provided Security “Arrangement Plan” wherein, it is stated that:
 The FWO-Descon will provide security services.
Water and Power Development Authority Initial Drat Report of Evaluation on Technical Bid
Mohmand Dam Hydropower Project (Part A -Eligibility and Qualification)
32 | Page
 The security will be provided to following:
a) Site and surrounding area of project will be secured.
b) All camps will be provided security
c) All offices will be provided security
d) Borrow areas in project and routes leading to them.
e) Every kind of movement in the area will be secured.
 The total manpower resource required for security purpose will be around 560 Armed Personnel
with 20 L TV/HTV vehicles, 500-600 weapons and 60 no.s signal equipment.
4.11 Finance Raising Experience
4.11.1 Evaluation Criteria
Pursuant to part 5.1 of Section III, all Applicants as a Single Entity and/or All member
combined in case of Joint Ventures shall demonstrate Experience in raising at least US$ 600
Million in limited recourse debt for at least one (01) project or two (02) projects of at least US$ 300
Million that has reached financial closure over the last fifteen (15) years.
4.11.2 Evaluation Results
CGGC-Descon JV
The Lead Partner, CGGC has submitted filled Form EXP 5.1 listing four projects.
Size of the loan mentioned for the three listed projects (870 MW Suki kinari Hydropower Project in
Pakistan, The President Dr Nestor Carlos Kirchner and Gobernadoe Jorge Cepemic Hydropower
Project in Argentina and Paute-Sopladora Hydropower Project in Southeastern Ecuador) exceed
the contract value criteria of US$ 300.
The CGGC-Descon JV meets the minimum requirement of the criteria for finance raising
experience, hence qualify.
FWO-Powerchina JV
The JV Member, Power Construction Corporation of China has submitted filled From EXP 5.1 listing
one Project (Zhongshan-Kaiping Expressway (including Xiaolan Branch) Project in China).
Size of the loan mentioned for the listed Project exceeds the contract value criteria of US$ 600.
The FWO-Powerchina JV meets the minimum requirement of the criteria for finance raising
experience, hence qualify.
Water and Power Development Authority Initial Drat Report of Evaluation on Technical Bid
Mohmand Dam Hydropower Project (Part A -Eligibility and Qualification)
33 | Page
SECTION 5: CONCLUSIONS AND RECOMMENDATIONS
5.1 Conclusions
This report covers the Eligibility and Qualifications part of the Technical Bids.The detailed Technical
evaluation report will be submitted after receiving the Technical Clarifcations from the prospective bidders.
The detailed on comments of the Bidders Detailed analysis tables are contained in Appendix F with a
summary of the results for each criterion in Appendix G:
No. Item
Bid-01
(CGGC-Descon JV)
Bid-02
(FWO-Powerchina JV)
1. Eligibility Pass Pass
2. Historical Contract Non-Performance Pass Pass
3. Financial Situation and Performance Pass Pass
4 Experience Pass Fail
5 Finance Raising Experience Pass Pass
Overall Evaluation – Eligibility and
Qualification
Pass Fail
Overall, only Bid-01 met all the eligibility and qualification criteria.
5.2 Recommendations
Based on the analysis undertaken it is recommended that:
 The Bid-01 submitted by CGGC-Descon meet the minimum requirements set out for eligibility
and qualification of the Bidder and should be qualified for the next stage of evaluation.
 The Bid-02 submitted by FWO-Powerchina fails to meet the minimum requirements set out for
eligibility and qualification of the Bidder and should not be considered for the next stage of
evaluation.
 FWO fails to meet the eligibility and qualification criteria because he has fails to demonstrate his
technical capacity to perform 65% share of his work.
Water and Power Development Authority Initial Drat Report of Evaluation on Technical Bid
Mohmand Dam Hydropower Project (Part A -Eligibility and Qualification)
A1 | Page
Appendices
Appendix A. Basic Bidding Data Sheet
Appendix B. Communications with Bidders During Bid Period
Appendix C. Record of Bid Opening
Appendix D. Clarifications During Evaluation
Appendix E. Completeness of Bids
Appendix J. Bid Security
Water and Power Development Authority Initial Drat Report of Evaluation on Technical Bid
Mohmand Dam Hydropower Project (Part A -Eligibility and Qualification)
A2 | Page
Appendix A. Basic Bidding Data Sheet
Table A.1: Basic Data Sheet – Technical Bids
Item Value
Project Title Mohmand Dan Hydropower Project
ICB Contract No. MDHPP-01
Bid Title Construction of civil works including Design, supply and
installation of Electrical and mechanical works and
hydraulic steel structures
Date Invitation for Bids Issued 27 November, 2017
Mode of Procurement International Competitive Bidding with prequalification;
Single stage, two envelope procedure.
Pre-Bid Meeting and Site Visit Dates 11:00 am on 24 January 2018
Bid Closing Date and Time 11:00 am on26 June 2018,
Opening Date and Time 11:30 am on 26 June 2018
Number of Bids Received Two
Bid Validity 182 days
Bid Security PKR 2,000,000,000
Bid security validity 28 days after expiry of bid validity, or later
Water and Power Development Authority Initial Drat Report of Evaluation on Technical Bid
Mohmand Dam Hydropower Project (Part A -Eligibility and Qualification)
A3 | Page
Appendix B. Communications with Bidders during
Bid Period
The following Clarifications were issued to all Bidders in response to questions asked by
them. As requiredthe Clarifications were sent to all bidders irrespective of who asked the
question, and no identification ofwho ask the questions was given in the documents issued.
[details of bidders’ requests for clarification of the Bidding Documents to be inserted]
Water and Power Development Authority Initial Drat Report of Evaluation on Technical Bid
Mohmand Dam Hydropower Project (Part A -Eligibility and Qualification)
A4 | Page
Appendix C. Record of Bid Opening
The following pages are the official record of the Bid opening as recorded by the Employer.
[record of bid opening to be inserted]
Water and Power Development Authority Initial Drat Report of Evaluation on Technical Bid
Mohmand Dam Hydropower Project (Part A -Eligibility and Qualification)
A5 | Page
Appendix D. Clarifications during Evaluation
Given the limited time allowed for evaluation of the Bids no Clarifications have been issued
during theevaluation process. Where any particular item has been found to be unclear, and
this applies to the LowestEvaluated Bidder it is suggested that this is discussed with them
prior to Award of Contract. A table ofrelevant clarifications for each bidder is included in
Appendix K.
[Employer’s requests for clarification of bids received to be inserted]
Water and Power Development Authority Bid Evaluation Report
Mohmand Dam Hydropower Project
A6 | Page
Appendix E. Completeness of Bids
The table that follows records whether the documentation submission requirements have
been compliedwith by each bidder. Note that the review is a check that a document had
been provided,not whether it was acceptable. Further checks on acceptability are provided in
Appendix F.
BD
№.
Description
CGGC-Descon
JV
FWO-
PowerChina JV
D 18.4 One original and three copies provided Y Y
11.14 (a) Letter of Technical Bid Y Y
(b) Bid Security Y Y
(c) Written confirmation authorizing signatory of Bid to act for the Bidder
– Powers of Attorney
Y Y
(d) Joint Venture Agreement Y Y
(e) Registration with Pakistan Engineering Council Y P
(f) Bidders Information Forms ELI-1.1and 1.2 Y Y
(g) Historical Contract Non-Performance, andPending Litigation and
Litigation HistoryForm CON-2
Y Y
(h) HSE Performance Declaration Form CON-3 Y Y
(i) Financial Situation and Performance Form FIN-3.1 Y Y
(j) Average Annual Construction Turnover Form FIN-3.2 Y Y
(k) Financial Resources Form FIN-3.3 Y Y
(l) Current Contract Commitments/ Works inProgress Form FIN-3.4 Y Y
(m) General Construction Experience Form EXP-4.1 Y Y
(n) Specific Construction and ContractManagement Experience Forms
EXP 4.2(a) & 4.2(b)
Y Y
(o) Security Arrangement Plans Form EXP-4.3 Y Y
(p) Finance Raising Experience Form EXP 5.1 Y Y
(q) Organization Charts and Manning Schedule (Overall and Lot-1, Lot-2
& Lot-3)Form TP-1
Y Y
(r) Method Statement (Overall and each Lot) Form TP-2 Y Y
(s) Mobilization Schedule (Overall and each Lot) Form TP-3 Y Y
(t) Construction Schedule (Overall and Lot-1,Lot-2 & Lot-3) Form TP-4 Y Y
(u) Contractor’s Equipment (Overall, Lot-1,Lot-2, Lot-3) Form TP-5 Y Y
(v) Contractor’s Representative and Key Personnel (Overall, Lot-1, Lot-2,
Lot-3) Forms TP-6.1 and 6.2
Y Y
(w) Proposed Manufacturers and Subcontractors (Overall, Lot-1, Lot-2,
Lot-3) Form SC-1
Y Y
(x) Construction Camp and Housing Facilities (Appendix-I) Y Y
Water and Power Development Authority Bid Evaluation Report
Mohmand Dam Hydropower Project
A7 | Page
BD
№.
Description
CGGC-Descon
JV
FWO-
PowerChina JV
(y) Integrity Pact Appendix-J Y Y
(z) HSE Management Strategies and Impl. Plans (Appendix-L) Y Y
(aa) Code of Conduct (HSE) (Appendix-M) Y Y
(bb) Technical Schedules for Design, Supply & Installation of Electrical
and Mech. Works and Hydraulic Steel Structures (Lot 4)
Y Y
o Technical Schedule T-1 Performance/ Technical Guarantees Y Y
o Technical Schedule T-2 Technical Particulars Y Y
o Technical Schedule T-3 Technical Documents Y Y
o Technical Schedule T-4 Proposed Manufacturers and Sub-Contractors Y Y
o Technical Schedule T-5 Construction Time Schedule Y Y
o Technical Schedule T-6 Organization Charts and Manning Schedule Y Y
o Technical Schedule T-7 Key Personnel Y Y
o Technical Schedule T-8 Labor Forces Y Y
o Technical Schedule T-9 Layout Plan of Temporary Facilities Y Y
o Technical Schedule T-10 Contractor’s Equipment Y Y
o Form FUNC Functional Guarantees Y Y
Completeness of Bids Complete
Conditionally
complete*
Note: Y = Yes; N = No; P = Partially Complete; N/A = Not Applicable
* The FWO-PowerChina bid is missing only the PEC registrations for PowerChina and PowerChina
Chengdu. Evidence is provided that applications for registration have been lodged with PEC. The
Bid should therefore be allowed to proceed, subject to the condition that the PEC registrations
would be formalised before contract award if the Bidder is ranked first.
Water and Power Development Authority Bid Evaluation Report
Mohmand Dam Hydropower Project
A8 | Page
Appendix F. Substantial ResponsivenessDetails
The tables below provides an assessment of the substantial responsiveness of
documentation provided with each bid. Refer also to Section 3 of this report.
Appendix F1: Substantial Responsiveness – CGGC-Descon JV
Appendix F2: Substantial Responsiveness– FWO-PowerChina-PowerChina Chengdu
Draft Bid Evaluation Report-2.docx
Draft Bid Evaluation Report-2.docx
Draft Bid Evaluation Report-2.docx
Draft Bid Evaluation Report-2.docx
Draft Bid Evaluation Report-2.docx
Draft Bid Evaluation Report-2.docx
Draft Bid Evaluation Report-2.docx
Draft Bid Evaluation Report-2.docx
Draft Bid Evaluation Report-2.docx
Draft Bid Evaluation Report-2.docx
Draft Bid Evaluation Report-2.docx
Draft Bid Evaluation Report-2.docx
Draft Bid Evaluation Report-2.docx
Draft Bid Evaluation Report-2.docx
Draft Bid Evaluation Report-2.docx
Draft Bid Evaluation Report-2.docx
Draft Bid Evaluation Report-2.docx
Draft Bid Evaluation Report-2.docx
Draft Bid Evaluation Report-2.docx
Draft Bid Evaluation Report-2.docx
Draft Bid Evaluation Report-2.docx
Draft Bid Evaluation Report-2.docx
Draft Bid Evaluation Report-2.docx
Draft Bid Evaluation Report-2.docx
Draft Bid Evaluation Report-2.docx
Draft Bid Evaluation Report-2.docx
Draft Bid Evaluation Report-2.docx
Draft Bid Evaluation Report-2.docx
Draft Bid Evaluation Report-2.docx

More Related Content

What's hot

SBD - 3 - ICTAD
SBD - 3 - ICTADSBD - 3 - ICTAD
SBD - 3 - ICTADVj NiroSh
 
Tender Evaluation.pptx
Tender Evaluation.pptxTender Evaluation.pptx
Tender Evaluation.pptxssuser328a4d
 
Claims 20.1 (Flow chart)
Claims 20.1 (Flow chart)Claims 20.1 (Flow chart)
Claims 20.1 (Flow chart)Fakhar-un -Nisa
 
Assignment - FIDIC Contract
Assignment - FIDIC ContractAssignment - FIDIC Contract
Assignment - FIDIC ContractKai Yun Pang
 
Extension of Time (EoT) in Construction Project presentation
Extension of Time (EoT) in Construction Project presentationExtension of Time (EoT) in Construction Project presentation
Extension of Time (EoT) in Construction Project presentationAyush Joshi
 
Can a work in a contract be omitted
Can a work in a contract be omittedCan a work in a contract be omitted
Can a work in a contract be omittedAMILA GAYAN
 
Fidic yellow vs silver
Fidic yellow vs silverFidic yellow vs silver
Fidic yellow vs silverWeero Koster
 
Claims Management, Extension of Time (EOT) and Delays Analysis
Claims Management, Extension of Time (EOT) and Delays AnalysisClaims Management, Extension of Time (EOT) and Delays Analysis
Claims Management, Extension of Time (EOT) and Delays AnalysisPlanning Engineer Est.
 
Extension of time in construction contracts
Extension of time in construction contractsExtension of time in construction contracts
Extension of time in construction contractsKheng Hoe Advocates
 
Construction claims, disputes and project closure
Construction claims, disputes and project closureConstruction claims, disputes and project closure
Construction claims, disputes and project closuresrinivas2036
 

What's hot (20)

Chapter 2 [compatibility mode]
Chapter 2 [compatibility mode]Chapter 2 [compatibility mode]
Chapter 2 [compatibility mode]
 
SBD - 3 - ICTAD
SBD - 3 - ICTADSBD - 3 - ICTAD
SBD - 3 - ICTAD
 
Tender Evaluation.pptx
Tender Evaluation.pptxTender Evaluation.pptx
Tender Evaluation.pptx
 
Determination of enginer sbd2
Determination of enginer sbd2Determination of enginer sbd2
Determination of enginer sbd2
 
Claims 20.1 (Flow chart)
Claims 20.1 (Flow chart)Claims 20.1 (Flow chart)
Claims 20.1 (Flow chart)
 
Assignment - FIDIC Contract
Assignment - FIDIC ContractAssignment - FIDIC Contract
Assignment - FIDIC Contract
 
Extension of Time (EoT) in Construction Project presentation
Extension of Time (EoT) in Construction Project presentationExtension of Time (EoT) in Construction Project presentation
Extension of Time (EoT) in Construction Project presentation
 
Fidic contracts management introduction
Fidic contracts management introductionFidic contracts management introduction
Fidic contracts management introduction
 
Fundamentals of Construction Contracts - English, ver. 2021
Fundamentals of Construction Contracts - English, ver. 2021Fundamentals of Construction Contracts - English, ver. 2021
Fundamentals of Construction Contracts - English, ver. 2021
 
Ppt on fidic claims
Ppt on fidic claimsPpt on fidic claims
Ppt on fidic claims
 
Contract Management
Contract ManagementContract Management
Contract Management
 
tendering
 tendering tendering
tendering
 
Fidic law1
Fidic law1Fidic law1
Fidic law1
 
Can a work in a contract be omitted
Can a work in a contract be omittedCan a work in a contract be omitted
Can a work in a contract be omitted
 
Fidic
FidicFidic
Fidic
 
Fidic yellow vs silver
Fidic yellow vs silverFidic yellow vs silver
Fidic yellow vs silver
 
Claims Management, Extension of Time (EOT) and Delays Analysis
Claims Management, Extension of Time (EOT) and Delays AnalysisClaims Management, Extension of Time (EOT) and Delays Analysis
Claims Management, Extension of Time (EOT) and Delays Analysis
 
Extension of time in construction contracts
Extension of time in construction contractsExtension of time in construction contracts
Extension of time in construction contracts
 
ICTAD SBD 01.pdf
ICTAD SBD 01.pdfICTAD SBD 01.pdf
ICTAD SBD 01.pdf
 
Construction claims, disputes and project closure
Construction claims, disputes and project closureConstruction claims, disputes and project closure
Construction claims, disputes and project closure
 

Similar to Draft Bid Evaluation Report-2.docx

Ss 07 training fidic moustafa ismail 2018__ lec 7B
Ss 07 training fidic moustafa ismail  2018__ lec 7BSs 07 training fidic moustafa ismail  2018__ lec 7B
Ss 07 training fidic moustafa ismail 2018__ lec 7BMoustafa Ismail Abu Dief
 
Mechanisms to implement wind energy projects “egyptian experience”
Mechanisms to implement wind energy projects “egyptian experience”Mechanisms to implement wind energy projects “egyptian experience”
Mechanisms to implement wind energy projects “egyptian experience”RCREEE
 
Tendernotice_1 of Washery for coal washing.pdf
Tendernotice_1 of Washery for coal washing.pdfTendernotice_1 of Washery for coal washing.pdf
Tendernotice_1 of Washery for coal washing.pdfCILPS1
 
GENERAL CONDITIONS FOR CONTRACTS OF CIVIL ENGINEERING WORKS
GENERAL CONDITIONS  FOR  CONTRACTS OF CIVIL ENGINEERING WORKS GENERAL CONDITIONS  FOR  CONTRACTS OF CIVIL ENGINEERING WORKS
GENERAL CONDITIONS FOR CONTRACTS OF CIVIL ENGINEERING WORKS Bahzad5
 
Quality Management Plan
Quality Management PlanQuality Management Plan
Quality Management PlanAnuragBhat7
 
Assignment - Report
Assignment - ReportAssignment - Report
Assignment - ReportKai Yun Pang
 
MRM-16 (2020).pptx
MRM-16 (2020).pptxMRM-16 (2020).pptx
MRM-16 (2020).pptxxego1
 
Final Presentation for 1st GMs-PDs Conference 03.02.2023.pptx
Final Presentation for 1st GMs-PDs Conference 03.02.2023.pptxFinal Presentation for 1st GMs-PDs Conference 03.02.2023.pptx
Final Presentation for 1st GMs-PDs Conference 03.02.2023.pptxhurain5
 
General conditions of_contract_july_2014_22_07_14
General conditions of_contract_july_2014_22_07_14General conditions of_contract_july_2014_22_07_14
General conditions of_contract_july_2014_22_07_14Suresh Haldipur
 
2021-10-13 Procurement Process-Day 01.pptx
2021-10-13 Procurement Process-Day 01.pptx2021-10-13 Procurement Process-Day 01.pptx
2021-10-13 Procurement Process-Day 01.pptxRiazMuhammad35
 
Pp2 group assignment
Pp2 group assignmentPp2 group assignment
Pp2 group assignmentlohwenjun
 

Similar to Draft Bid Evaluation Report-2.docx (20)

1217 loc tenders
1217 loc tenders1217 loc tenders
1217 loc tenders
 
Bid document reverse tendering
Bid document reverse tenderingBid document reverse tendering
Bid document reverse tendering
 
Ss 07 training fidic moustafa ismail 2018__ lec 7B
Ss 07 training fidic moustafa ismail  2018__ lec 7BSs 07 training fidic moustafa ismail  2018__ lec 7B
Ss 07 training fidic moustafa ismail 2018__ lec 7B
 
Cm mitemrate ver270206
Cm mitemrate ver270206Cm mitemrate ver270206
Cm mitemrate ver270206
 
Mechanisms to implement wind energy projects “egyptian experience”
Mechanisms to implement wind energy projects “egyptian experience”Mechanisms to implement wind energy projects “egyptian experience”
Mechanisms to implement wind energy projects “egyptian experience”
 
Tendernotice_1 of Washery for coal washing.pdf
Tendernotice_1 of Washery for coal washing.pdfTendernotice_1 of Washery for coal washing.pdf
Tendernotice_1 of Washery for coal washing.pdf
 
GENERAL CONDITIONS FOR CONTRACTS OF CIVIL ENGINEERING WORKS
GENERAL CONDITIONS  FOR  CONTRACTS OF CIVIL ENGINEERING WORKS GENERAL CONDITIONS  FOR  CONTRACTS OF CIVIL ENGINEERING WORKS
GENERAL CONDITIONS FOR CONTRACTS OF CIVIL ENGINEERING WORKS
 
M Simpson coursework
M Simpson courseworkM Simpson coursework
M Simpson coursework
 
Quality Management Plan
Quality Management PlanQuality Management Plan
Quality Management Plan
 
Assignment - Report
Assignment - ReportAssignment - Report
Assignment - Report
 
MRM-16 (2020).pptx
MRM-16 (2020).pptxMRM-16 (2020).pptx
MRM-16 (2020).pptx
 
Kona Rao -2015
Kona Rao  -2015Kona Rao  -2015
Kona Rao -2015
 
Kandil_Sameh_AR50360
Kandil_Sameh_AR50360Kandil_Sameh_AR50360
Kandil_Sameh_AR50360
 
TENDER DOCUMENT
TENDER DOCUMENTTENDER DOCUMENT
TENDER DOCUMENT
 
Final Presentation for 1st GMs-PDs Conference 03.02.2023.pptx
Final Presentation for 1st GMs-PDs Conference 03.02.2023.pptxFinal Presentation for 1st GMs-PDs Conference 03.02.2023.pptx
Final Presentation for 1st GMs-PDs Conference 03.02.2023.pptx
 
MXM PROPERTY SOLUTIONS
MXM PROPERTY SOLUTIONSMXM PROPERTY SOLUTIONS
MXM PROPERTY SOLUTIONS
 
P7512-EXT-SQ-0030
P7512-EXT-SQ-0030P7512-EXT-SQ-0030
P7512-EXT-SQ-0030
 
General conditions of_contract_july_2014_22_07_14
General conditions of_contract_july_2014_22_07_14General conditions of_contract_july_2014_22_07_14
General conditions of_contract_july_2014_22_07_14
 
2021-10-13 Procurement Process-Day 01.pptx
2021-10-13 Procurement Process-Day 01.pptx2021-10-13 Procurement Process-Day 01.pptx
2021-10-13 Procurement Process-Day 01.pptx
 
Pp2 group assignment
Pp2 group assignmentPp2 group assignment
Pp2 group assignment
 

Recently uploaded

Porous Ceramics seminar and technical writing
Porous Ceramics seminar and technical writingPorous Ceramics seminar and technical writing
Porous Ceramics seminar and technical writingrakeshbaidya232001
 
College Call Girls Nashik Nehal 7001305949 Independent Escort Service Nashik
College Call Girls Nashik Nehal 7001305949 Independent Escort Service NashikCollege Call Girls Nashik Nehal 7001305949 Independent Escort Service Nashik
College Call Girls Nashik Nehal 7001305949 Independent Escort Service NashikCall Girls in Nagpur High Profile
 
Software Development Life Cycle By Team Orange (Dept. of Pharmacy)
Software Development Life Cycle By  Team Orange (Dept. of Pharmacy)Software Development Life Cycle By  Team Orange (Dept. of Pharmacy)
Software Development Life Cycle By Team Orange (Dept. of Pharmacy)Suman Mia
 
VIP Call Girls Service Kondapur Hyderabad Call +91-8250192130
VIP Call Girls Service Kondapur Hyderabad Call +91-8250192130VIP Call Girls Service Kondapur Hyderabad Call +91-8250192130
VIP Call Girls Service Kondapur Hyderabad Call +91-8250192130Suhani Kapoor
 
HARMONY IN THE NATURE AND EXISTENCE - Unit-IV
HARMONY IN THE NATURE AND EXISTENCE - Unit-IVHARMONY IN THE NATURE AND EXISTENCE - Unit-IV
HARMONY IN THE NATURE AND EXISTENCE - Unit-IVRajaP95
 
HARDNESS, FRACTURE TOUGHNESS AND STRENGTH OF CERAMICS
HARDNESS, FRACTURE TOUGHNESS AND STRENGTH OF CERAMICSHARDNESS, FRACTURE TOUGHNESS AND STRENGTH OF CERAMICS
HARDNESS, FRACTURE TOUGHNESS AND STRENGTH OF CERAMICSRajkumarAkumalla
 
Decoding Kotlin - Your guide to solving the mysterious in Kotlin.pptx
Decoding Kotlin - Your guide to solving the mysterious in Kotlin.pptxDecoding Kotlin - Your guide to solving the mysterious in Kotlin.pptx
Decoding Kotlin - Your guide to solving the mysterious in Kotlin.pptxJoão Esperancinha
 
Extrusion Processes and Their Limitations
Extrusion Processes and Their LimitationsExtrusion Processes and Their Limitations
Extrusion Processes and Their Limitations120cr0395
 
Introduction and different types of Ethernet.pptx
Introduction and different types of Ethernet.pptxIntroduction and different types of Ethernet.pptx
Introduction and different types of Ethernet.pptxupamatechverse
 
Call Girls Service Nagpur Tanvi Call 7001035870 Meet With Nagpur Escorts
Call Girls Service Nagpur Tanvi Call 7001035870 Meet With Nagpur EscortsCall Girls Service Nagpur Tanvi Call 7001035870 Meet With Nagpur Escorts
Call Girls Service Nagpur Tanvi Call 7001035870 Meet With Nagpur EscortsCall Girls in Nagpur High Profile
 
(RIA) Call Girls Bhosari ( 7001035870 ) HI-Fi Pune Escorts Service
(RIA) Call Girls Bhosari ( 7001035870 ) HI-Fi Pune Escorts Service(RIA) Call Girls Bhosari ( 7001035870 ) HI-Fi Pune Escorts Service
(RIA) Call Girls Bhosari ( 7001035870 ) HI-Fi Pune Escorts Serviceranjana rawat
 
Introduction to IEEE STANDARDS and its different types.pptx
Introduction to IEEE STANDARDS and its different types.pptxIntroduction to IEEE STANDARDS and its different types.pptx
Introduction to IEEE STANDARDS and its different types.pptxupamatechverse
 
Model Call Girl in Narela Delhi reach out to us at 🔝8264348440🔝
Model Call Girl in Narela Delhi reach out to us at 🔝8264348440🔝Model Call Girl in Narela Delhi reach out to us at 🔝8264348440🔝
Model Call Girl in Narela Delhi reach out to us at 🔝8264348440🔝soniya singh
 
(PRIYA) Rajgurunagar Call Girls Just Call 7001035870 [ Cash on Delivery ] Pun...
(PRIYA) Rajgurunagar Call Girls Just Call 7001035870 [ Cash on Delivery ] Pun...(PRIYA) Rajgurunagar Call Girls Just Call 7001035870 [ Cash on Delivery ] Pun...
(PRIYA) Rajgurunagar Call Girls Just Call 7001035870 [ Cash on Delivery ] Pun...ranjana rawat
 
MANUFACTURING PROCESS-II UNIT-2 LATHE MACHINE
MANUFACTURING PROCESS-II UNIT-2 LATHE MACHINEMANUFACTURING PROCESS-II UNIT-2 LATHE MACHINE
MANUFACTURING PROCESS-II UNIT-2 LATHE MACHINESIVASHANKAR N
 
UNIT-III FMM. DIMENSIONAL ANALYSIS
UNIT-III FMM.        DIMENSIONAL ANALYSISUNIT-III FMM.        DIMENSIONAL ANALYSIS
UNIT-III FMM. DIMENSIONAL ANALYSISrknatarajan
 
the ladakh protest in leh ladakh 2024 sonam wangchuk.pptx
the ladakh protest in leh ladakh 2024 sonam wangchuk.pptxthe ladakh protest in leh ladakh 2024 sonam wangchuk.pptx
the ladakh protest in leh ladakh 2024 sonam wangchuk.pptxhumanexperienceaaa
 

Recently uploaded (20)

Porous Ceramics seminar and technical writing
Porous Ceramics seminar and technical writingPorous Ceramics seminar and technical writing
Porous Ceramics seminar and technical writing
 
Call Us -/9953056974- Call Girls In Vikaspuri-/- Delhi NCR
Call Us -/9953056974- Call Girls In Vikaspuri-/- Delhi NCRCall Us -/9953056974- Call Girls In Vikaspuri-/- Delhi NCR
Call Us -/9953056974- Call Girls In Vikaspuri-/- Delhi NCR
 
College Call Girls Nashik Nehal 7001305949 Independent Escort Service Nashik
College Call Girls Nashik Nehal 7001305949 Independent Escort Service NashikCollege Call Girls Nashik Nehal 7001305949 Independent Escort Service Nashik
College Call Girls Nashik Nehal 7001305949 Independent Escort Service Nashik
 
Software Development Life Cycle By Team Orange (Dept. of Pharmacy)
Software Development Life Cycle By  Team Orange (Dept. of Pharmacy)Software Development Life Cycle By  Team Orange (Dept. of Pharmacy)
Software Development Life Cycle By Team Orange (Dept. of Pharmacy)
 
★ CALL US 9953330565 ( HOT Young Call Girls In Badarpur delhi NCR
★ CALL US 9953330565 ( HOT Young Call Girls In Badarpur delhi NCR★ CALL US 9953330565 ( HOT Young Call Girls In Badarpur delhi NCR
★ CALL US 9953330565 ( HOT Young Call Girls In Badarpur delhi NCR
 
VIP Call Girls Service Kondapur Hyderabad Call +91-8250192130
VIP Call Girls Service Kondapur Hyderabad Call +91-8250192130VIP Call Girls Service Kondapur Hyderabad Call +91-8250192130
VIP Call Girls Service Kondapur Hyderabad Call +91-8250192130
 
HARMONY IN THE NATURE AND EXISTENCE - Unit-IV
HARMONY IN THE NATURE AND EXISTENCE - Unit-IVHARMONY IN THE NATURE AND EXISTENCE - Unit-IV
HARMONY IN THE NATURE AND EXISTENCE - Unit-IV
 
HARDNESS, FRACTURE TOUGHNESS AND STRENGTH OF CERAMICS
HARDNESS, FRACTURE TOUGHNESS AND STRENGTH OF CERAMICSHARDNESS, FRACTURE TOUGHNESS AND STRENGTH OF CERAMICS
HARDNESS, FRACTURE TOUGHNESS AND STRENGTH OF CERAMICS
 
Decoding Kotlin - Your guide to solving the mysterious in Kotlin.pptx
Decoding Kotlin - Your guide to solving the mysterious in Kotlin.pptxDecoding Kotlin - Your guide to solving the mysterious in Kotlin.pptx
Decoding Kotlin - Your guide to solving the mysterious in Kotlin.pptx
 
Extrusion Processes and Their Limitations
Extrusion Processes and Their LimitationsExtrusion Processes and Their Limitations
Extrusion Processes and Their Limitations
 
Introduction and different types of Ethernet.pptx
Introduction and different types of Ethernet.pptxIntroduction and different types of Ethernet.pptx
Introduction and different types of Ethernet.pptx
 
Call Girls Service Nagpur Tanvi Call 7001035870 Meet With Nagpur Escorts
Call Girls Service Nagpur Tanvi Call 7001035870 Meet With Nagpur EscortsCall Girls Service Nagpur Tanvi Call 7001035870 Meet With Nagpur Escorts
Call Girls Service Nagpur Tanvi Call 7001035870 Meet With Nagpur Escorts
 
(RIA) Call Girls Bhosari ( 7001035870 ) HI-Fi Pune Escorts Service
(RIA) Call Girls Bhosari ( 7001035870 ) HI-Fi Pune Escorts Service(RIA) Call Girls Bhosari ( 7001035870 ) HI-Fi Pune Escorts Service
(RIA) Call Girls Bhosari ( 7001035870 ) HI-Fi Pune Escorts Service
 
Introduction to IEEE STANDARDS and its different types.pptx
Introduction to IEEE STANDARDS and its different types.pptxIntroduction to IEEE STANDARDS and its different types.pptx
Introduction to IEEE STANDARDS and its different types.pptx
 
Model Call Girl in Narela Delhi reach out to us at 🔝8264348440🔝
Model Call Girl in Narela Delhi reach out to us at 🔝8264348440🔝Model Call Girl in Narela Delhi reach out to us at 🔝8264348440🔝
Model Call Girl in Narela Delhi reach out to us at 🔝8264348440🔝
 
DJARUM4D - SLOT GACOR ONLINE | SLOT DEMO ONLINE
DJARUM4D - SLOT GACOR ONLINE | SLOT DEMO ONLINEDJARUM4D - SLOT GACOR ONLINE | SLOT DEMO ONLINE
DJARUM4D - SLOT GACOR ONLINE | SLOT DEMO ONLINE
 
(PRIYA) Rajgurunagar Call Girls Just Call 7001035870 [ Cash on Delivery ] Pun...
(PRIYA) Rajgurunagar Call Girls Just Call 7001035870 [ Cash on Delivery ] Pun...(PRIYA) Rajgurunagar Call Girls Just Call 7001035870 [ Cash on Delivery ] Pun...
(PRIYA) Rajgurunagar Call Girls Just Call 7001035870 [ Cash on Delivery ] Pun...
 
MANUFACTURING PROCESS-II UNIT-2 LATHE MACHINE
MANUFACTURING PROCESS-II UNIT-2 LATHE MACHINEMANUFACTURING PROCESS-II UNIT-2 LATHE MACHINE
MANUFACTURING PROCESS-II UNIT-2 LATHE MACHINE
 
UNIT-III FMM. DIMENSIONAL ANALYSIS
UNIT-III FMM.        DIMENSIONAL ANALYSISUNIT-III FMM.        DIMENSIONAL ANALYSIS
UNIT-III FMM. DIMENSIONAL ANALYSIS
 
the ladakh protest in leh ladakh 2024 sonam wangchuk.pptx
the ladakh protest in leh ladakh 2024 sonam wangchuk.pptxthe ladakh protest in leh ladakh 2024 sonam wangchuk.pptx
the ladakh protest in leh ladakh 2024 sonam wangchuk.pptx
 

Draft Bid Evaluation Report-2.docx

  • 1. Water and Power Development Authority INITIAL DRAFT REPORT ON EVALUATION OF TECHNICAL BID (QUALIFICATION PART) Project : MohmandDam HydropowerProject Contract: : Procurementof Works: Constructionof Civil Works including Design, Supply and Installation of Electricaland Mechanical Works and Hydraulic SteelStructures ICB № : MDHP-01 Contract № : ICB-MDHPP-01 December 2018 LOGO
  • 2. Water and Power Development Authority Initial Drat Report of Evaluation on Technical Bid Mohmand Dam Hydropower Project (Part A -Eligibility and Qualification) I| TOC TABLE OF CONTENTS EXECUTIVE SUMMARY SECTION 1: INTRODUCTION 3 1.1 General 3 1.2 Clarifications and Addenda 3 1.3 Submission of Bids 3 1.4 Bid Opening and Recording 3 1.5 Bid Evaluation Committee 4 1.6 Bid Evaluation Process 5 1.7 Technical Bid Evaluation Process 5 SECTION 2: INITIAL EXAMINATION OF BIDS 6 2.1 Procedure 6 2.2 Verification of Bidders’ Documents 6 2.3 Status of Bidder 6 SECTION 3: PRILIMINARY EXAMINATION FORCOMPLETENESS 7 3.1 General 7 3.2 Initial Review Comments 7 SECTION 4: PLELIMINARY EXAMINATION OF TECHNICAL BIDS FOR ELIGIBILITY AND QUALIFICATION 8 4.1 General 8 4.2 Eligibility of the Bidders 8 4.2.1 Nationally 8 4.2.2 Eligibility 9 4.2.3 Historic Contract Non-Performance 9 4.3 Financial Situation and Performance 9 4.3.1 Financial Capabilities 10 4.3.2 Average Annual Construction Turnover 11 4.3.3 Evaluation Results - Financial Situation and Performance 11 4.4 General Construction Experience Error! Bookmark not defined. 4.4.1 Evaluation Criteria Error! Bookmark not defined. 4.4.2 Evaluation of the Bidders Error! Bookmark not defined. 4.5 Specific Construction & Contract Management (Civil Works)Error! Bookmark not defined. 4.5.1 Evaluation Criteria for Civil Works Error! Bookmark not defined. 4.5.2 Evaluation of the Bidders Error! Bookmark not defined. 4.6 Specific Construction & Contract Management (E&M Works) 20 4.6.1 Evaluation Criteria 20 4.6.2 Evaluation Results 20 4.7 Construction Experience in Key Activities (Civil Works) 21
  • 3. Water and Power Development Authority Initial Drat Report of Evaluation on Technical Bid Mohmand Dam Hydropower Project (Part A -Eligibility and Qualification) II| TOC 4.7.1 Evaluation Criteria – Civil Works (Activity No. 1 to 6) 21 4.8 Construction Experience in Key Activities (E&M Works) 21 4.8.1 Evaluation Criteria – E&M Works (Activity No. 7) 21 4.8.2 Evaluation Results – E&M Works (Activity No. 7) 22 4.8.3 Evaluation Criteria – E&M Works (Activity No. 8) 24 4.8.4 Evaluation Criteria – E&M Works (Activity No. 9) 29 4.8.5 Evaluation Results – E&M Works (Activity No. 9) 29 4.9 Security 31 4.9.1 Evaluation Criteria 31 4.9.2 Submission Requirement 31 4.9.3 Evaluation Results 31 4.10 Finance Raising Experience 32 4.10.1 Evaluation Criteria 32 4.10.2 Evaluation Results 32 SECTION 5: CONCLUSIONS AND RECOMMENDATIONS 33 5.1 Conclusions 33 5.2 Recommendations 33
  • 4. Water and Power Development Authority Initial Drat Report of Evaluation on Technical Bid Mohmand Dam Hydropower Project (Part A -Eligibility and Qualification) III| TOC APPENDICES Appendix A. Basic Bidding Data Sheet Appendix B. Communications with Bidders During Bid Period Appendix C. Record of Bid Opening Appendix D. Clarifications during Evaluation Appendix E. Completeness of Bids Appendix F. Substantial Responsiveness Details Appendix G. Financial Analysis Appendix H. Detailed Technical Examination Tables Appendix I. Bid Price Analysis Appendix J. Bid Security Appendix K. Clarifications prior to Contract Award Appendix L. Responses from Preferred Bidder
  • 5. Water and Power Development Authority Initial Drat Report of Evaluation on Technical Bid Mohmand Dam Hydropower Project (Part A -Eligibility and Qualification) I| TOC ACRONYMS BD Bid Data Sheet BDF Bidding Forms CNY Chinese Yuan EQC Evaluation and Qualification Criteria GC General Conditions of Contract HV High Voltage IB Instructions to Bidders IFB Invitation for Bids PKR Pakistani Rupees ITB Instructions to Bidders JV Joint Venture JVA Joint Venture Agreement kW Kilowatts LD Liquidated Damages LV Low Voltage MV Medium Voltage MW Megawatt O&M Operation and Maintenance PC Particular Conditions of Contract PEC Pakistan Engineering Council PKR Pakistani Rupees PPRA Public Procurement Regulatory Authority USD United States Dollars WAPDA Water and Power Development Authority
  • 6. Water and Power Development Authority Initial Drat Report of Evaluation on Technical Bid Mohmand Dam Hydropower Project (Part A -Eligibility and Qualification) 2 | Page Executive Summary Engineer’s Recommendation Two Bidders to be evaluated for the Construction of Civil Works including Design, Supply and Installation of Electrical and Mechanical Works and Hydraulic Steel Structures (MDHP-01). The Bidders were: Identifier Bidder Name Single Entity or Joint Venture Bid-01 CGGC-Descon Joint Venture Bid-02 FWO-Powerchina Joint Venture Evaluation has been undertaken in accordance with Section III of the Bidding Document and comprised:  Preliminary examination of the Technical Bids for completeness to ensure all of the primary documents and authorizations required by the Bidding Documents were supplied by each of the bidders.  Preliminary examination of the Technical Bids for eligibility and qualification to ensure all the JV members meet the minimum requirements for eligibility and qualification as set out in Eligibility and Qualification Criteria given in Section III of the Bidding Documents. The following table summarizes the results of the evaluation: No. Item Bid-01 (CGGC-Descon JV) Bid-02 (FWO-Powerchina JV) 1. Eligibility Pass Pass 2. Historical Contract Non-Performance Pass Pass 3. Financial Situation and Performance Pass Pass 4 Experience Pass Fail 5 Finance Raising Experience Pass Pass Overall Evaluation – Eligibility and Qualification Pass Fail Based on evaluation strictly in accordance with the Bidding Documents requirements, it is therefore recommended that the Bid-01 submitted by CGGC-Descon JV should be qualify for the next stage of evaluation, whereas the Bid-02 submitted by FWO-Powerchina fails to qualify the eligibility and qualification criteria and should not be considered for the next stage of evaluation. Bid-02 submitted by FWO-Powerchina fails to meet the minimum requirements set out for eligibility and qualification due to the following reasons:  FWO-Powerchina JV has submitted shown general construction experience without providing supporting documents. After clarification, FWO could not furnish the documents.  FWO has submitted Gomal Zam certificate and meet 10% criteria of the one contract for 100 Billion. On the basis of the FWO has shown prime contractor but could produce the certificate. Pursuant to Clause IB 29.2, Clarification was sought to in the Gomal Zam dam as prime contractor
  • 7. Water and Power Development Authority Initial Drat Report of Evaluation on Technical Bid Mohmand Dam Hydropower Project (Part A -Eligibility and Qualification) 3 | Page SECTION 1: INTRODUCTION 1.1 General The Pakistan Water and Power Development Authority (WAPDA), the Employer, is arranging finance through PSDP, own equity, local commercial loans and supplier’s credit which it intends to apply in eligible payments towards the implementation of the Mohmand Dam Hydropower Project. On 23November, 2017, the Employer issued Invitation For Bids (IFB) to firms or joint ventures (JVs) to submit sealed bids under Single-Stage Two Envelope Bidding Procedure in accordance with the relevant provisions of PEC bye-laws for Contract ICB/MDHP-01 for the Construction of Civil Works including Design, Supply and Installation of Electrical and Mechanical Works and Hydraulic Steel Structures. The advertisement of IFB on Jang Newspaper is attached as Appendix-A to this report. The IFB was also posted on WAPDA and PPRA websites. Bidding Documents for the Contract were issued to 27 Companies and JV Firms. The pre-bid meeting was held at 11:00 hours on 24 January 2018 at the WAPDA Auditorium, WAPDA House, Sunny View Estate, Lahore as stipulated in the bidding documents. Most of the bidder’s representatives attended the pre-bid meeting. The minutes of pre-bid meeting were prepared and sent to all the bidders who purchased the Bidding Documents. Five (05) Addendums to the Bidding Documents were issued. Appendix-B provides basic data sheet of the Tendering Procedure. 1.2 Clarifications and Addenda During the course of the bid submission period, the bidders requested clarification of a number of points in the Bidding Documents under ITB 8.1 within the timeframe specified in Section-II of Bidding Data. In addition, five addenda were issued on 20 May 2018 and 30 June 2018 to formally account for certain aspects of the Bidding Documents. Appendix-B gives a list of the Bidders clarification and the Employer’s responses as well as the addenda issued to the Bidding Documents. 1.3 Submission of Bids The closing time for the submission of Bids was initially 11:00 am on 26 February 2018 as specified in the Bidding Documents.On the request of the bidders, the date for the submission of bids was subsequently extended three times by the Employer and reception of bids was closed by 1100 hours local time on 26 June 2018. Only two bids were received by the extended bid closing time. 1.4 Bid Opening and Recording A Bid Opening Committee, constituted by the Member (Water) through Office Order №. Dated [ attached as Appendix-C], conducted the bid opening activity starting from 11:30 am in the WAPDA Auditorium, WAPDA House, Lahoreby following the procedure as laid down in the Bidding Documents. The bidders Envelope 1 containing the bidders’ Technical Bids were opened in the presence of designated representatives of the biddersand other interested parties (excluding the media). The documents provided by the bidders were opened one by one and recorded the following:
  • 8. Water and Power Development Authority Initial Drat Report of Evaluation on Technical Bid Mohmand Dam Hydropower Project (Part A -Eligibility and Qualification) 4 | Page  The name of the Bidder  Whether there is a modification or substitution;  The presence of Bid security for an amount of PKR 2 billion (or equivalent in a freely convertible currency), in the form of an unconditional bank guarantee issued by a scheduled Bank in Pakistan.  Number of copies of the Technical Bids provided by Bidders (one original + three hard copy + two CD soft copies). The Bidders’ representatives who were present signed a register evidencing their attendance. The Price Bids (Envelope 2) and Financial proposal (Envelope 3) remained unopened and was kept under lock and key in the custody of the Employer. Both the bidders were listed in the following table in the same order in which they were opened. The complete record of the bid opening activity is attached as Appendix-B. № Name of Bidder Abbreviated as Bid-01 CGGC – DESCON JV, comprising:  China Gezhouba Group Company Limited (lead partner) CGGC  DESCON Engineering Limited Descon Bid-02 FWO – PowerChina JV, comprising:  Frontier Works Organization (lead partner) FWO  Power Construction Corporation of China Limited PowerChina  PowerChina Chengdu Engineering Corporation Limited PowerChina Chengdu 1.5 Bid Evaluation Committee The task of Bid Evaluation was entrusted to Mohmand Dam Consultants through Amendment # 6 to the Consultancy Services Contract. The following professionals of the Consultants are involved for the assigned task who are responsible to report to the General Manager (Hydro) Planning, WAPDA, Sunny View, Lahore:  Mr. Arshad Mahmood, Deputy Team Leader, Principal Engineer Contracts  Mr. Muhammad Khan, Technical Evaluation / Reporting Specialist  Mr. Abdul Rashid Mirza, Financial Analyst  Mr. David Mayo, Procurement Specialist  Mr. Saleem Cheema (Mechanical Engineer)  Mr Qaisar Iqbal (Electrical Engineer)  Kubak Hussain Bhatti (Advisor Contract available when required)  Abdul Majid Khan (Advisor Contract available when required) Two copies of both the Bids [Technical Bids] received were handed over to the Bid Evaluation Team of the Consultants by the Employer for evaluation as per TOR of the Amendment # 6 to the Consultancy Services Contract.
  • 9. Water and Power Development Authority Initial Drat Report of Evaluation on Technical Bid Mohmand Dam Hydropower Project (Part A -Eligibility and Qualification) 5 | Page 1.6 Bid Evaluation Process The evaluation of the Bids received involves establishing, firstly, whether the Bdders’ Technical Bids comply substantially with the Bidding Documents including qualifications of the bidders (1st stage), and then, secondly, determining which bidder offers the lowest evaluated price (2nd stage). The Consultants has carried out this evaluation requirements, mentioned in the Bidding Documents. 1.7 Technical Bid Evaluation Process The evaluation of Technical bids involves the following steps: 1. Preliminary Examination of Technical Bids for Completeness; 2. Preliminary Examination of Technical Bids for Eligibility and Qualification; and 3. Examination of Technical Bids for Technical Responsiveness.
  • 10. Water and Power Development Authority Initial Drat Report of Evaluation on Technical Bid Mohmand Dam Hydropower Project (Part A -Eligibility and Qualification) 6 | Page SECTION 2: INITIAL EXAMINATION OF BIDS 2.1 Procedure An initial examination of the submitted bids was conducted in accordance with the bid evaluation guidelines defined in the Bidding Documents. This involved the following sequential steps: a) Verification of bidders’ documents b) Confirmation of the status of the bidders 2.2 Verification of Bidders’ Documents The bids were initially examined to verify that the bidders had submitted all the documents and information required by the Bidding Documents. The presence of the following documents was confirmed: a) Letter of Technical Bid: The Letters of Technical Bid were inspected for compliance with the form provided in Section IV of the Bidding Documents. The authority of those signing the letters was checked. The forms were in order. b) Bid Validity: The bid validity periods specified in the Letters of Technical Bid submitted by both bidders were found to match the 182 days required in BD 14.1. c) Bid Security: The bid securities submitted by the bidders were checked to verify their compliance with the requirements of the Bidding Documents in terms of:  Amount – not less than PKR 2,000,000,000;  Validity – expiry no earlier than 28 days after the validity of the bid expires;  Format – demand guarantee format as provided in Section IV (Bidding Forms) of Part 1 (Bidding Procedures) of the Bidding documents;  Bank – issued by a reputable bank from an eligible country. The bid securities of both bids were found to be compliant. 2.3 Status of Bidder The eligibility of the bidders was checked by reviewing the following: a) Joint Ventures: Joint Venture Agreement: Both bids were submitted by joint ventures and both included a joint venture agreement (JVA). A more detailed examination of the JVAs was conducted in the next phase of the evaluation and is reported in 0. b) Authorisations: The powers of attorney for each JV partner and for the JV itself were found to be in order. c) Eligibility: The eligibility of the bidders pursuant to IB.3 was checked to confirm that they were:  Licensed by the Pakistan Engineering Council (PEC); and  Not debarred or blacklisted by PEC or the Public Procurement Regulatory Authority (PPRA). The CGGC-Descon JV meets the eligibility conditions but the PEC registrations of two of the three members of the FWO-PowerChina JV had not finalised their registrations at the time of bid submission and their bid is therefore evaluated as provisionally compliant on this point.
  • 11. Water and Power Development Authority Initial Drat Report of Evaluation on Technical Bid Mohmand Dam Hydropower Project (Part A -Eligibility and Qualification) 7 | Page SECTION 3: PRILIMINARY EXAMINATION FORCOMPLETENESS 3.1 General Preliminary examination of the two technical bids for completeness was conducted to ensure all of the primary documents and authorizations required by the Bidding Documents were supplied by each of the bidders. Preliminary examination of two bids for completeness was conducted in compliance with the requirements of Clause IB. 23.6 (b) of Section II - Bidding Data, which states that “The Employer shall examine the Technical Bid to confirm that all the documents have been provided, and to determine the completeness of each document submitted”. 3.2 Initial Review Comments A table listing the documents required by the Bidding Documents for completeness is provided in Appendix E. The table also indicates whether each of the documents were provided by the bidders. It should be noted that the examination of the two technical bids in this stage of the evaluation did not check whether the listed documents were comprehensive or acceptable; just whether they were provided and in the correct form. Any deficiencies or inconsistencies in the documentation is assessed in the next stage of the evaluation. The conclusions from the completeness check can be summarized as follows:  CGGC-Descon JV: All documents and authorizations required by the Bidding Documents were supplied. The bid is complete.  FWO-PowerChina JV: With one exception, the documents listed in the Bidding Documents were provided. The exception involves the PEC registrations of two of the JV partners, Power Construction Corporation of China and PowerChina Chengdu Engineering Corporation Ltd. They failed to complete their registrations before bid submission and the bid’s acceptance as complete is therefore conditional on the registration formalities being concluded prior to contract award should the bid be preferred.
  • 12. Water and Power Development Authority Initial Drat Report of Evaluation on Technical Bid Mohmand Dam Hydropower Project (Part A -Eligibility and Qualification) 8 | Page SECTION 4: PLELIMINARY EXAMINATION OF TECHNICAL BIDS FOR ELIGIBILITY AND QUALIFICATION 4.1 General Preliminary examination of both technical bids for eligibility and qualification was conducted to ensure that all the JV members meet the minimum requirements for eligibility and qualification as set out in Eligibility and Qualification Criteria given in Section III of the Bidding Documents. Preliminary examination of both technical bids was carried out in compliance with the requirements of Clause IB. 23.6 (a) of Section II - Bidding Data, which states that, a) The Employer shall first examine eligibility and qualification data as per Section-III: Eligibility and Qualification Criteria submitted by the Bidder. The technical bid examination of only those bidders shall be taken in hand who meet the minimum requirement as mentioned in Section-III: Eligibility and Qualification Criteria. Only substantially responsive Bidders shall be considered for further evaluation”. It requires the bidders to meet with the requirements specified in Section-III which includes the following:  Eligibility  Historical Contract Non-Performance  Financial Situation and Performance  Experience (including Security)  Finance Raising Experience  Key Personnel and Equipment Details of these checks on the technical bidsas submitted are included in Appendix F Pursuant to Clause IB. 28.1 of the Instructions to Bidders, the bidders were asked to clarify aspects of their bids to assist in their examination, evaluation and comparison. The clarifications requested, and the responses received are made part of the evaluation and placed at Appendix C. Below is given results of the preliminary examination of Bis for Eligibility and Qualification. 4.2 Eligibility of the Bidders The eligibility of the bidders was checked by reviewing the following documents: 4.2.1 Nationally Nationality was checked from filled Form ELI1.1 & ELI1.2 submitted by both the Bidders and shown in Table below. № Name of Bidder Nationality Bid 01 CGGC – DESCON JV, comprising:  China Gezhouba Group Company Limited (lead member) China  DESCON Engineering Limited Pakistan Bid 02 FWO – PowerChina JV, comprising:  Frontier Works Organization (lead member) Pakistan
  • 13. Water and Power Development Authority Initial Drat Report of Evaluation on Technical Bid Mohmand Dam Hydropower Project (Part A -Eligibility and Qualification) 9 | Page № Name of Bidder Nationality  Power Construction Corporation of China (PowerChina) China  PowerChina Chengdu Engineering Corp Ltd. China 4.2.2 Eligibility The eligibility of the bidders pursuant to IB.3 was checked to confirm that they were:  Licensed by the Pakistan Engineering Council (PEC); and  Not debarred or blacklisted by PEC or the Public Procurement Regulatory Authority (PPRA). The CGGC-Descon JV meets the eligibility conditions but the PEC registrations of two of the three members of the FWO-PowerChina JV had not finalised their registrations at the time of bid submission and their bid is therefore evaluated as provisionally compliant on this point. 4.2.3 Historic Contract Non-Performance The non performance and pending legislation was checked to confirm that:  Non-performance of a contract did not occur as a result of contractor’s default since 1st July 2007 (10 yrs.)  Bidder’s financial position and prospective long term profitability still sound according to criteria established in 3.1 below and assuming that all pending litigation will be resolved against the Bidder.  No consistent history of court/arbitral award decisions against the Bidder1 since 1st July 2012 (5 yrs.)  Declare any contract that have been suspended or terminated and/or performance security called by an employer for reasons related to the non-compliance of any health, safety or environment requirement or safeguard in the past five years since 1st January 2012 (5 yrs.) The submitted filled Form Con-2 and Con-3 by CGGC and Descon of the CGGC-Descon JV is found ok showing no historic non conformance and pending legislation. Further the filled form shows that no due to HSE. The submitted filled form by FWO, Power Construction Company of China and Powerchina Chengdu Engineering Corporation did not marked at the relevant boxes, however they have submitted undertakings stating that the bidder not due to non performance. Both the bidder meet minimum compliance requirements for eligibility. 4.3 Financial Situation and Performance This part examines the financial capability and evaluation of the bidders for their post-qualification. Form FIN-3.1 (Financial Situation and Performance) and Form FIN-3.2 (annual turnover) were provided in the post qualification documents. The following sub sections were checked and evaluated: 1 The Bidder shall provide accurate information on the related Bid Form about any litigation or arbitration resulting from contracts completed or ongoing under its execution over the last five years. A consistent history of awards against the Bidder or any member of a joint venture may result in failure of the Bid.
  • 14. Water and Power Development Authority Initial Drat Report of Evaluation on Technical Bid Mohmand Dam Hydropower Project (Part A -Eligibility and Qualification) 10 | Page 4.3.1 Financial Capabilities Three sub-categories were defined under this sub section. 4.3.1.1 Cash Flow Requirement Evaluation Criteria Pursuant to part 3.1(i) of Section III, all Bidders as a Single Entity and/or All member Combined shall demonstrate that it has access to, or has available, liquid assets, unencumbered real assets, lines of credit, and other financial means (independent of any contractual advance payment) sufficient to meet the construction cash flow requirements estimated as PKR12 Billion for the subject contract(s) net of the Bidders other commitments. Evaluation Parameters Cash flow from operating activities was studied/ evaluated and the Bidder was considered qualified if it has value of operating profit more than PKR12 Billion over the last five years (average). In addition, liquidity ratio and symmetry of cash flow is also kept in view. 4.3.1.2 Adequate Source of Finance Evaluation Criteria Pursuant to part 3.1(ii) of Section III, all Bidders as a Single Entity and/or All member Combined shall also demonstrate, to the satisfaction of the Employer, that it has adequate sources of finance to meet the cash flow requirements on works currently in progress and for future contract commitments. Evaluation Parameters Evidence for available source of funds and commitment letters issued from the Banks of the Bidder were explored from the post qualification documents. The Bidder was considered to pass if it has evidence of commitment. 4.3.1.3 Financial Soundness Evaluation Criteria Pursuant to part 3.1(iii) of Section III, all Bidders as a Single Entity and/or Each member in case of Joint Venture shall submit the audited balance sheets or, if not required by the laws of the Bidder’s country, other financial statements acceptable to the Employer, for the last 5 years shall be submitted and must demonstrate the current soundness of the Bidder’s financial position and indicate its prospective long-term profitability. Evaluation Parameters The following indicators were studied from the financial instruments and from the data provided at form FIN-3.1 in the post qualification document; Average Net Working Capital for last 5 years considered an appropriate value to represent funds required for meeting day by day expenses and for making funds available for upfront payments to suppliers of labour and equipment during implementing the proposed project on part of civil contract. Average Net Worth for last 5 years considered appropriate. The Bidders were considered to pass if they fulfilled the above criteria.
  • 15. Water and Power Development Authority Initial Drat Report of Evaluation on Technical Bid Mohmand Dam Hydropower Project (Part A -Eligibility and Qualification) 11 | Page 4.3.2 Average Annual Construction Turnover Evaluation Criteria Requirement Minimum average annual construction turnover of PKR 50 Billion, calculated as total certified payments received for contracts in progress and/or completed within the last five (5) years, divided by 5 years. Compliance Requirement All member combined must meet the requirement. Each member must meet 20% of the requirement One member must meet 60% of the requirements Evaluation Parameters Data submitted was evaluated by computing average value over 5-years. 4.3.3 Evaluation Results - Financial Situation and Performance The results of evaluation are summarized in the following Table. Item CGGC-Descon JV Remarks FWO-Powerchina JV Remarks FIN-3.1(i) Cash flow (PKR 12 Billion) P P FIN-3.1(ii) Adequate source of Finance. P P FIN-3.1(iii) Financial Soundness P Explanatory Note 1a&1b. P Explanatory Note 2a&2b. FIN-3.2 Average construction turnover (PKR 50 Billion) P P Overall Evaluation P P Financial Capability Summary The Bidder was considered to pass financially if it met the requirements given under Eligibility and Qualification Criteria (FIN-3.1 and FIN-3.2) as explained above and considered to fail if it did not meet the requirements. For evaluation, it was considered that the Bidder must pass in FIN-3.1 (i), (iii) and FIN-3.2. Explanatory Notes 1. China Gezhouba Group Co. Ltd. a. The China Gezouba Group Co. Ltd. did not provided Certified translated copies in English language of the Commercial Auditor Report of the Financial Statements for the year 2013- 2017 have not been found with the Bid. The required documents to be provided as per Sub-
  • 16. Water and Power Development Authority Initial Drat Report of Evaluation on Technical Bid Mohmand Dam Hydropower Project (Part A -Eligibility and Qualification) 12 | Page Clause 10.1 of instructions to Bidders. Clarification has sent to China Gezouba Group Co. Ltd., but no response has been submitted properly. This bidder has conditionally Pass, China Gezhouba Group Group Co. Ltd. will provide Certified translated copies from commercial auditor in English language before award of Project. b. The value of available Cash flow from operating activities (Fin-3.1(i)) is negative over the last five years, which is the major indicator and reveals that the Bidder has no funds to meet his daily expenses on the project. It also makes the Bidder weak in determining his status on financial soundness. The Bidder shall demonstrate that it has access to, or has available, liquid assets, unencumbered real assets, lines of credit, and other financial means (independent of any contractual advance payment) sufficient to meet the construction cash flow requirements. For the reasons the Applicant is considered to “Pass”. 2. Power China Chengdu Engineering Corporation Limited a. The Power China Chengdu Engineering Corporation Limited did not provided Certified translated copies in English language of the Commercial Auditor Report of the Financial Statements for the year 2013-2017 have not been found with the Bid. The required documents to be provided as per Sub-Clause 10.1 of instructions to Bidders. Clarification has sent to China Gezouba Group Co. Ltd., but no response has been submitted properly. This bidder has conditionally pass, Power China Chengdu Engineering Corporation Limited will provide Certified translated copies in English language before award of Project. b. The value of available working capital is negative over the last five years, which is the major indicator and reveals that the Bidder has no funds to meet his daily expenses on the project. It also makes the Bidder weak in determining his status on financial soundness. For any business entity, generating working capital for meeting daily requirement is essential. The Bidder shall demonstrate that it has access to, or has available, liquid assets, unencumbered real assets, lines of credit, and other financial means (independent of any contractual advance payment) sufficient to meet the construction cash flow requirements. For the reasons the Applicant is considered to “Pass”. c. Financial certificates has not provided by Power China Chengdu Engineering Corporation Limited regarding Financial resources in Fin 3.3, The bidder has conditional pass, Bidder will provide necessary certificates before award.
  • 17. Water and Power Development Authority Initial Drat Report of Evaluation on Technical Bid Mohmand Dam Hydropower Project (Part A -Eligibility and Qualification) 13 | Page 4.4 General Construction Experience 4.4.1 Qualification Criteria As per Sub-Factor 4.1(a) of Section III, all Bidders as a Single Entity and/or Each Member in the case of Joint Ventures shall demonstrate experience under construction contracts in the role of prime contractor, JV member, Sub-Contractor, or Management Contractor for at least the last 20 years, starting 1st July 1997. 4.4.2 Examination of Technical Bids Bidder #1 (CGGC-Descon JV) CGGC The Bidder has provided Form EXP 4.1 with the Bid for Lead Member, CGGC, listing 10 contracts for hydropower projects to demonstrate its general construction experience (refer Appendix B). The Bidder has submitted Contract Fulfilment Certificates, Performance Certificates and Contracts Agreements in compliance with the submission requirements. The listed contracts depict adequate generation construction experience of the Lead Partner and meet the minimum requirements set forth for general construction experience. Descon The Bidder has also provided Form EXP 4.1 with the Bid for JV Member, Descon, listing 16 contracts for dams, hydropower, barrages, roads and buildings projects to demonstrate his general construction experience (refer Appendix B). The JV member has submitted Taking Over certificates, Defects Liability Certificates and Final Completion Certificates in compliance with the submission requirements. The listed contracts depict adequate generation construction experience of the JV member and meet the minimum requirements set forth for general construction experience. Conclusion The Bidder fulfils the minimum requirements of Sub-Factor 4.1(a) of Section-III, Eligibility and Qualification Criteria Bidder #2 (FWO-Powerchina JV) FWO The Bidder has provided Form EXP 4.1 with the Bid for his Lead Member, FWO listing sixteen (16) contracts for roads, road interchanges, bridges, storm water, sewerage and water supply projects to demonstrate his general construction experience (refer Appendix D). However, he has submitted in the Bid no supporting documents in compliance with the submission requirements. The above listed contracts provided in Form EXP 4.1 were executed from June 2006 to August 2016 (about 10 years), whereas in the Article 1.7 (Projects] under "An Introduction of FWO" submitted with Form ELI-I .2 in the Bid, the construction experience of the FWO is appearing as about 44 years. Pursuant to Sub-Clause 25.1[Clarification of Bids], clarification was accordingly sought from the Bidder to establish general construction experience of the Lead Member for at least the last 20 years, starting 1st July 1997 as per requirement of Sub-Factor 4.1(a) of Qualification Criteria.
  • 18. Water and Power Development Authority Initial Drat Report of Evaluation on Technical Bid Mohmand Dam Hydropower Project (Part A -Eligibility and Qualification) 14 | Page In response, the Bidder has provided contract agreements for two new road contracts for his Lead Member signed by the Lead Member during year 1992 and 1998. However no documentary evidence has been provided for the contracts already provided in Form EXP 4.1 with the Bid. The already listed contracts and the two new contracts depict general construction experience of the Lead Member, FWO and meet the minimum requirements set forth for general construction experience. PowerChina The Bidder has provided Form EXP 4.1 with the Bid for his JV Member, PowerChina listing four (04) contracts for hydropower (Appendix D). The Bidder has submitted Performance certificates, Taking Over Certificates, Defects Liability Certificates in the Bid in compliance with the submission requirements. However, the provided supporting documents for all four (04) listed contracts depicts that all these contracts were actually completed by Sinohydro Corporation (previously known as China National Water Resources and Hydropower Engineering Co.), which is parent company of this JV member. Furthermore, year of constitution of this JV member has been indicated as 1988 in Form ELI-I.2 whereas in the Pinsent Masons Report on "Acquisition of Main Business and Change of Company Name" provided with the Bid, the date of incorporation of this JV member was mentioned as 30th November, 2009. Pursuant to Sub-Clause 25.1[Clarification of Bids], the Bidder was accordingly requested to clarify and demonstrate his general construction experience. In response, the Bidder provided a document titled “Ministry of Construction Documents (88) Construction No. 197” dated August 24, 1988, wherein the approval of application for the establishment of China National Water Resources and Hydropower Engineering Corporation (currently known as Sinhydro Corporation) has been mentioned. The Bidder has again referred the above mentioned Pinsent document and also submitted un- notarized certificate from the State Owned Assets Supervision and Administration Commission (SASAC) without notarization) of State Council, wherein it is confirmed and certified by SASAC that “the Main Business assets of Sinohydro Corporation and its subsidiaries have been legally superseded by Sinohydro Group (renamed as Power Construction Corporation of China), and the related credentials, financial capacity and experience of Main Business of Sinohydro Corporation and its subsidiaries had been legally superseded by Sinohydro Group Limited (rename as Power Construction Corporation of China).” From the above, it has become evident that the year of constitution of JV member stated as 1988 in form ELI1.2 submitted with the Bid is actually the year of constitution of China National Water Resources and Hydropower Engineering Corporation (currently Sinohydro Corporation) which is the parent company. The actual year of constitution of the PowerChina is 30th November 2009 as stated in Pinsent document. However, the document / certificate from SASAC does not depict experience of the JV Member but reveals experience of its subsidiaries legally transferred from Sinohydro Corporation (Parent Company). Hence, the JV member does not fulfil the minimum criteria of at least the last 20 years, starting 1st July 1997 required for general construction experience.
  • 19. Water and Power Development Authority Initial Drat Report of Evaluation on Technical Bid Mohmand Dam Hydropower Project (Part A -Eligibility and Qualification) 15 | Page PowerChina Chengdu The Bidder has provided Form EXP 4.1 with the Bid for his JV member, PowerChina Chengdu, listing three (03) contracts for hydropower projects (Appendix D). The JV member has submitted Contract Agreements for two contracts and Performance Certificate for one contract in compliance with the submission requirements, but these documents are not notarized. However, the provided Contract Agreements of the two contracts reveals that these contracts were awarded for engineering (feasibility design) only. Furthermore, the JV member name appearing in one Contract Agreement and the Performance Certificate was found different compared with the documents meant for change of name during past years given with Form ELI 1.2. Pursuant to Sub-Clause 25.1[Clarification of Bids], the Bidder was requested to clarify and demonstrate his general construction experience in construction contracts. The Bidder was also requested to clarify the name of the JV member. In response the Bidder provided further documents for five (05) contracts to demonstrate its general construction experience in construction contracts. The Bidder has also submitted amended Contracts Agreement and Performance Certificate translated in English language (without notarization), wherein the name of JV member has been changed/corrected. On basis of documents provided through post bid clarification, this JV Member meets the minimum requirements set forth for general construction experience. However notarized documents need to be submitted to ensure authenticity of the documents. 4.5 Specific Construction& Contract Management 4.5.1 Qualification Criteria – Civil Works As per Sub-Factor 4.2(a) of Section III - the evaluation criteria is hereunder: Criteria 1 Participation as prime contractor or JV; one (1) contract with a value of at least PKR 100 billion equivalent or at least two (2) contracts, each with a value of at least PKR 50 billion equivalent, that have been successfully completed for the hydropower projects or dams with gated spillway or barrages with gated structures, powerhouse and ancillary works in last 20 years: Compliance Requirement All member combined must meet the requirement. Each member must meet 10% of the requirement One member must meet 50% of the requirements Criteria 2 Participation as prime contractor or JV; Construction of Earth Core Rock-Fill Dam or Concrete Faced Rock-Fill Dam over 100 m high, Large Gated Concrete Chute Spillway, Diversion Tunnels and Power Intakes, Power Tunnels, Power House &Ancillary Works and Irrigation Tunnels: Compliance Requirement All member combined must meet the requirement. N/A N/A 4.5.2 Examination of the Technical Bid Bidder #1 (DESCON –CGGC JV)
  • 20. Water and Power Development Authority Initial Drat Report of Evaluation on Technical Bid Mohmand Dam Hydropower Project (Part A -Eligibility and Qualification) 16 | Page CGGC The Bidder has provided in Form EXP 4.2(a) with the Bid for his Lead Partner, CGGC, listing seven (07) contracts for hydropower projects ((Refer Appendix E). The Bidder has submitted Performance Certificates in compliance with the submission requirements. For contracts completed in China, documents are provided in Chinese language along with notarized translated copies in English Language. Two contracts out of seven correspond to Three Gorges Project & Xiangjiaba Hydropower Station Project in China. Each of these two projects meets the specified requirements stated here above under the qualification criteria for All Members Combined as well as for One Member. Descon The Bidder has also provided Form EXP 4.2(a) with the Bid for his JV member, Descon, listing three (03) contracts including one contract for dam and two contracts for barrages (Refer Appendix-E). The Bidder has provided Taking Over Certificates for the listed contracts in compliance with the submission requirements. One of the listed contracts corresponds to Construction of New Khanki Barrage and Auxiliary Works Project in Pakistan. This contract meets the specified requirements stated here above under the qualification criteria for Each Member. FWO-Power China JV FWO The Bidder has provided Form EXP 4.2(a) with the Bid for his Lead Member and has mentioned therein one Contract of Gomal Zam Dam Multipurpose Project (Contract No. GZD-02) completed by him as a prime contractor. The contract value of the given contract exceeds the minimum value of PKR 10 Billion (10% of 100 Billion) as per stipulated criteria for each JV member. In support of this, the bidder has appended Letter of Acceptance, Balanced Works Certificate for Irrigation Component (73% completion) and Balanced Works Certificate for Dam & Hydropower Component (Substantial completion). Both these certificates are without any No. and date. It was further revealed from the record available with the Employer that the balance works of the Gomal Zam Dam Project under Contract No. GZD-02 were executed through subcontractors and that the documents provided with the bid do not depict each respective part of works actually executed by FWO and its subcontractors. Pursuant to Sub-Clause 25.1[Clarification of Bids], the bidder was asked to provide information regarding the actual works executed by the FWO in the Gomal Zam Dam Project along with authenticated documentary evidence [Taking Over Certificate and Defects Liability Certificate] from the Employer as per Notes given under Eligibility and Qualification Criteria. These documents were also required for establishing the professional and technical capacity of FWO to execute its share of 65% of the Project cost entrusted to him as per JV Agreement. In response, the bidder submitted Handing / Taking over between the Govt Departments of Gomal Zam Irrigation Net Work(Contract No.02) including its Punch List etc. and nothing was clarified regarding the distribution of Works of Gomal Zam Dam Project among the main contractor and its sub-contractors. No documentary evidence [Taking Over Certificate and Defects Liability Certificate] from the Employer as per Notes given under Eligibility and Qualification Criteria was provided. The documents available with WAPDA depict that FWO has executed security arrangements only and works of both the Components of the project (Irrigation + Dam) were executed through its Sub- Contractors.
  • 21. Water and Power Development Authority Initial Drat Report of Evaluation on Technical Bid Mohmand Dam Hydropower Project (Part A -Eligibility and Qualification) 17 | Page According to the JV agreement for the current project, FWO has to perform 65% work of the project. Pursuant to Sub-Clause37.1of Bidding Data, the bidder may propose subcontracting up to a maximum of 30% of total value of each Lot. If we assume that all works assigned to other Jv members shall not be sub-contracted and 30% part will be sub-contracted from the FWO’s share, then 35% of the works will be required to be performed by FWO itself. Since from the available information provided with the Bid FWO has no experience in actual execution of works itself, professional and technical capability to execute the works of Lot-2 (Main Dam and Auxiliary Works which is the main component of the project). As such, capability of FWO is not determined for specific construction and contract management experience pursuant to Sub-Clause 29.2 of Instruction to Bidders. Power Construction Corporation of China The Bidder has provided Form EXP 4.2(a) for JV member, PowerChina, listing two Contracts.1st contract (Bacun Hydro Electric Project) was awarded to Malysia China Hydro Joint Venture wherein Sinohydro Corporation’s share was 30% and is less than PKR 100 Billion required for One Member. The 2nd contract (Coca CodoSinchair Hydropower Project(EPC) in Ecodaur) exceeds the value of PKR 100 Billion for one member to meet the requirement as per criteria stipulated in the Bidding Documents. However, the performance certificate provided in the Bid is depicting the Contractor’s name as Sinohydro Corporation. As explained earlier that Sinohydro Corporation is the parent company of this JV member and therefore experience of this JV member with regard to Coca Codo Sinchair Hydropower Project is not being considered. Powerchina Chengdu Engineering Corporation The bidder has provided Form EXP 4.2(a) for JV member listing 1 contract of Doundu Hydropower Project. Performance certificate in Chinese language and English translation has been provided without any Notarial Certificate. The listed contract exceeds the contract value requirement of PKR 10 Billion (10% of PKR 100 Billion) for each member and meet 10% requirements of each member to meet the requirement as per criteria stipulated in the Bidding Documents. . 4.5.3 Evaluation Criteria As per part 4.2(a) of Section III, all Bidders as a Single Entity and/or All members combined in the case of Joint Ventures shall demonstrate experience under Construction of Earth Core Rock-Fill Dam or Concrete Faced Rock-Fill Dam over 100 m high, Large Gated Concrete Chute Spillway, Diversion Tunnels and Power Intakes, Power Tunnels, Power House &Ancillary Works and Irrigation Tunnels; 4.5.4 Evaluation Criteria CGGC-Descon JV The lead partner, CGGC has listed in form EXP 4.2(a), seven (07) contracts of hydropower projects. Out the total seven, two contracts (Shuibuya Hydropower Project located in China and Houziyan
  • 22. Water and Power Development Authority Initial Drat Report of Evaluation on Technical Bid Mohmand Dam Hydropower Project (Part A -Eligibility and Qualification) 18 | Page Hydropower Station Project in China) are consisting of CFRD dams. For the two said contracts, the lead partner has provided performance certificates both in Chinese language and translation in English (with notarization). The performance certificate for Shuibuya Hydropower Project located in China indicates the following salient features:  The JV member has worked on the project as JV member (leading party)  Maximum height of the CFRD is 233 m, which make it highest CFRD in the world.  Open spillway on the left bank  Powerhouse with installed capacity of 1840 MW (4 x 460 MW each)  Other E&Minstallation The performance certificate for Houziyan Hydropower Station Project in China indicates the following salient features:  Houziyan Hydropower Station is the 9th cascade hydropower station in the 22-cascade development scheme of Dadu River mainstream hydropower planning.  The main junction structures are dam, flood discharge and emptying structures on both banks, right bank head- type underground water diversion generation system, etc.  The dam is concrete face rockfill dam with the maximum height 223.50 m.  The underground powerhouse has installed capacity of 1700MW (4× 425MW).  Spillway tunnel sluice room size is 15.00m×24.00m (width×height)  The contracted parts of CGGC are the dam main body works, right bank spillway tunnel and flood discharge emptyingtunnel worksand downstreamriverregulationworkswiththe accumulated contract 2.656 billion yuan. From the above, it is evident that Shuibuya Hydropower Project located in China all the requirements of the above criteria except the irrigation tunnels. Similarly the 2nd listed contract Houziyan Hydropower Station located in China also meet the critiera except that the project involves no irrigation tunnels and the spillway is tunnel type. On the basis of above, and forgoing the irrigation tunnel, it is evaluated That CGGC-Descon JV meet the criteria with the listed contract of Shuibuya Hydropower Project located in China and qualify. FWO-Powerchina JV The JV member Power construction has listed in form EXP 4.2(a), two contracts of hydropower projects. For Bakun hydropower project located in China The project meets the requirement s, however the contracts in the role of prime contractor, JV member, Sub-Contractor, or management contractor for at least the last 20 years, starting 1st July 1997. 4.6 Construction Experience in Key Activities 4.6.1 Evaluation Criteria – Civil Works Pursuant to part 4.2 (b) of Section III, all bidders as Single Entity and/or All parties Combined in case ofJoint Ventures shall demonstrate minimum construction experience in the following key activities betweenJanuary 2001 and application submission deadline:
  • 23. Water and Power Development Authority Initial Drat Report of Evaluation on Technical Bid Mohmand Dam Hydropower Project (Part A -Eligibility and Qualification) 19 | Page Key Activity No. 1 River diversion work under a river discharge more than 500 m³/s Key Activity No. 2 Open excavation more than 200,000 m³ per month Key Activity No. 3 Construction work of Rockfill Dam Embankment more than 12 million m³ and forplacement of Rock-Fill embankment of 400,000 m3 per month Key Activity No. 4 Average rate of concrete for RCC more than 50,000m³ per month Key Activity No. 5 Waterway tunnel construction having more than D = 10 m Key Activity No. 6 Spillway (Ogee type) having discharge capacity of more than 7,500 cumec The evaluation of Key activities of both the bidders is summarized hereunder: CGGC-Descon JV The listed contracts in Form EXP 4.2(b) by the bidder meets the criteria of Key Activities 1to 5 as JV. However,the provided documentary evidences/performance certificates with the Biddo not depict the performance of key Activity No. 6 by the bidder, Clarification was sought from the bidder to provide authentic documentary evidence which establish the requisiteexperienceof key activity #6 by the bidder. In response to the query,the bidder provided the information in shape of design Memorandum which shows that the detail of the Spillway construction of the required discharge capacity. Based on theprovided documents the bidder ( CGGC-Descon JV)meets the minimum requirements of all the six key activities and thus qualifyfor the key activities. FWO-Powerchina JV The JV member, Power Construction Corporation of China has submitted Form EXP 4.2(b) showing Bakun&Meroa Hydropower Projects. However, the provided certificates with the Bid in support of key activitiesdon’t depict the performance of any key activity by the bidder. As a result of clarification, the bidder has provided design report parts, drawings and explanation. These documents depict the performance of minimum requirements of the key activities. However similar to the general and specific experience, the bidder’s provided certificates are in the name of the Sinohydro Corporation Ltd whose experience cannot be considered for the bidder and hence disqualify. 4.6.2 Evaluation Criteria for CFDR Civil Works 4.6.3 Evaluation Criteria for Civil Works Construction of Earth Core Rock-Fill Dam or Concrete Faced Rock-Fill Dam over 100 m high, Large Gated Concrete Chute Spillway, Diversion Tunnels and Power Intakes, Power Tunnels, Power House &Ancillary Works and Irrigation Tunnels;The JV member has submitted two contracts for the CFRD critiera. The certificate from Employer is provided with indicate the following: 1. 205 meters high CFRD 2. Eight power tunnels with concrete and steel lined sections having internal finished diameters of 8 5m and 7 Om respectively. 3. Surface Powerhouse sized 260.64m (L) x 55.55m(W) x 69.25m(H); 2. Installed capacity 300MWx8 =2400MW;
  • 24. Water and Power Development Authority Initial Drat Report of Evaluation on Technical Bid Mohmand Dam Hydropower Project (Part A -Eligibility and Qualification) 20 | Page 3. Power intake tower sized 170mx68.4mx64m; 4. 8 nos of headrace Tunnels (totally 4503m long, maximum tunneling diameter of 11.1 m) 5. Penstock size: volume 1112m3 and mass 11827t. 4.7 Specific Construction & Contract Management (E&M Works) 4.7.1 Evaluation Criteria The Bidder / Sub-Contractor/Manufacturer must have supplied the equipment to at least two(2) similar projects of each value of PKR 30 billion. One (1) project must have been located outside the home country of the Bidder / Sub-Contractor/Manufacturer. The equipment offered for Mohmand Dam Hydropower Project must have been in commercial operation for the last five (5) years proven by the reference documentation of the Employer/End User to be attached by the bidder. Electrical and Mechanical Works experience can be met through specialized Sub-Contractor/ Sub- Contractor. 4.7.2 Evaluation Results CGGC-DESCON JV CGGC-DESCON has nominated “Consortium of Voith Hydro Shanghai Ltd. & Voith Hydro GmbH & Co. KG” (Voith Hydro) as Sub-Contractor for Electrical and Mechanical Works. The bidder has submitted experience of Voith Hydro for this requirement. The Bidder has submitted documents for five Projects in his Bid. The documents submitted do not fulfil the requirements of the Bidding Documents. In response to post bid clarification, the bidder submitted additional documents. Total Project Cost is not mentioned in these documents, but only Contract Value of the Bidder is mentioned in these documents. The bidder has fulfilled all requirements of this criteria except that the total Project Cost cannot be determined from the submitted documents. In this regard, further clarification may be sent to the bidder for providing this information or the bidder may be asked to provide this information before any pre-award clarification meeting, if the bidder is selected for award of Contract by WAPDA. FWO-Power China The Bidder, in his Bid, has proposed “Andritz Hydro” as a Sub-Contractor / Manufacturer for Turbine and Generators in Schedule T-4. In Schedule T-2, the Bidder has mentioned “Andritz Hydro China” for turbine manufacturer and “Andritz Hydro” for Generator. The qualification documents of Andritz Hydro GmbH have been submitted to substantiate the experience of this requirement. The Bidder was asked to clarify this. The Bidder in response to post bid clarification informed that a consortium of Andritz China Ltd, Andritz Hydro GmbH, Austria, Andritz Hydro Ltda, Brazil and Andritz Hydro Canada Inc. shall be formed. However, no consortium agreement is provided. The Bidder has submitted documents for six Projects in his Bid. The documents submitted do not fulfil the requirements of the Bidding Documents. In response to post bid clarification, the bidder submitted additional documents. The bidder has fulfilled all requirements of this criteria except commercial operation for the last five (05) years proven by the reference documents by the Employer/End User certificates. In this regard, further clarification may be sent to the bidder for providing this information or the bidder may be asked to provide this information before any pre- award clarification meeting, if the bidder is selected for award of Contract by WAPDA.
  • 25. Water and Power Development Authority Initial Drat Report of Evaluation on Technical Bid Mohmand Dam Hydropower Project (Part A -Eligibility and Qualification) 21 | Page 4.8 Construction Experience in Key Activities (Civil Works) 4.8.1 Evaluation Criteria – Civil Works (Activity No. 1 to 6) Pursuant to part 4.2 (b) of Section III, all applicants as Single Entity and/or All parties Combined in case of Joint Ventures shall demonstrate minimum construction experience in the following key activities between January 2001 and application submission deadline: Key Activity No. 1 River diversion work under a river discharge more than 500 m³/s Key Activity No. 2 Open excavation more than 200,000 m³ per month Key Activity No. 3 Construction work of Rockfill Dam Embankment more than 12 million m³ and for placement of Rock-Fill embankment of 400,000 m3 per month Key Activity No. 4 Average rate of concrete for RCC more than 50,000m³ per month Key Activity No. 5 Waterway tunnel construction having more than D = 10 m Key Activity No. 6 Spillway (Ogee type) having discharge capacity of more than 7,500 cumec The following summarizes the evaluation conclusions. CGGC-Descon JV CGGC-Descon JV listed contracts in Form EXP 4.2(b) meets first of the five criteria. However regarding the key Activity No. 6, there had no clue in the provided performance certificates. Clarification was sought from the Lead Partner to provide authentic document which show that the lead partner has completed the works. As a result the Lead partner provided design Memorandum which shows that the detail of the Spillway construction. Based on above the CGGC-Descon JV is meet the minimum requirements of key activity, hence qualify. FWO-Powerchina JV The JV member, Power Construction Corporation of China has submitted Form EXP 4.2(b) showing Bakun, Meroa Hydropower Projects. The Provided certificates could not demonstrate any of the key activities. Therefore the bidder has provided design report parts, drawings and explaination. Considering the additional documents, the FWO-Powerchina JV member could meet the Key construction experience. However similar to the general and specific experience, the bidder provided certificates are showing the name of the Sinohydro Corporation and could not be considered, hence disqualify. 4.9 Construction Experience in Key Activities (E&M Works) 4.9.1 Evaluation Criteria – E&M Works (Activity No. 7) Implementation of E&M works as prime contractor, joint venture member, or Sub-Contractor in last 20years on international projects outside their home countries and must have been satisfactory commercial operation for the last five (05) years proven by the reference documentation of the Employer / End User., a minimum experience in the following key activities successfully completed: 7. The JV or Manufacturer or its Sub-Contractor shall have designed, manufactured, installed, tested and commissioned satisfactorily of at least two (2) Francis type turbines with unit capacity of 200 MW or greater including Generator 255 MVA or greater, Power Transformer and Hydraulic
  • 26. Water and Power Development Authority Initial Drat Report of Evaluation on Technical Bid Mohmand Dam Hydropower Project (Part A -Eligibility and Qualification) 22 | Page Gates with at least two (2) different projects in last 20 years. One of the projects should have been completed outside the home country of the JV or the manufacturer or its Sub-Contractor. Electrical and Mechanical Works experience can be met through specialized Sub-Contractor/ Sub- Contractor. 4.9.2 Evaluation Results – E&M Works (Activity No. 7) CGGC-DESCON JV FRANCIS TYPE TURBINE WITH CAPACITY OF 200 MW OR GREATER In his Bid, the Bidder has nominated “Consortium of Voith Hydro Shanghai Ltd. & Voith Hydro GmbH & Co. KG” (Voith Hydro) as Sub-Contractor. The bidder has submitted experience of Voith Hydro for this requirement. The Bidder has submitted documents for five Projects in his Bid. The documents submitted do not fulfil the requirements of the Bidding Documents. In response to post bid clarification, the Bidder provided additional documents with project experience details conforming the qualification requirement of the specified equipment. GENERATOR WITH CAPACITY OF 255 MVA OR GREATER The Bidder has nominated “Consortium of Voith Hydro Shanghai Ltd. & Voith Hydro GmbH & Co. KG” (Voith Hydro) as Sub-Contractor. The bidder has submitted experience of Voith Hydro for this requirement. The Bidder has submitted documents for five Projects in his Bid. The documents submitted do not fulfil the requirements of the Bidding Documents. In response to post bid clarification, the Bidder provided additional documents with project experience details conforming the qualification requirement of the specified equipment. POWER TRANSFORMER In his Bid, the Bidder has nominated following four manufacturers for this equipment: i. ABB China Ltd. ii. Siemens Ltd., China iii. Changshou XD Transformer Co. Ltd., China iv. Shandong Power Equipment Co. Ltd., China The Bidder has submitted documents for above-mentioned manufacturers in his Bid. The documents submitted do not fulfil the requirements of the Bidding Documents. In response to post bid clarification, the Bidder provided additional documents with project experience details which do not fulfil requirements of the bidding documents. In this regard, further clarification may be sent to the bidder for providing this information or the bidder may be asked to provide this information before any pre-award clarification meeting, if the bidder is selected for award of Contract by WAPDA. HYDRAULIC STEEL STRUCTURE In his Bid, the Bidder has nominated China Gezhhouba Group Machinery Ship Co. Ltd. China. The Bidder has submitted documents for CGGC in his Bid. The Bidder was asked to provide experience of China Gezhhouba Group Machinery Ship Co. Ltd. China. In response to post bid
  • 27. Water and Power Development Authority Initial Drat Report of Evaluation on Technical Bid Mohmand Dam Hydropower Project (Part A -Eligibility and Qualification) 23 | Page clarification, CGGC informed that China Gezhhouba Group Machinery Ship Co. Ltd. China is one of the subsidiary of CGGC Ltd and the core enterprise of its equipment manufacturing business. The documents submitted with project experience details fulfil requirements of the bidding documents. FWO-Power China JV FRANCIS TYPE TURBINE WITH CAPACITY OF 200 MW OR GREATER In his Bid, the Bidder has nominated Andritz Hydro as Sub-Contractor. The Bidder has submitted documents for six Projects in his Bid. The documents submitted do not fulfil the requirements of the Bidding Documents. In response to post bid clarification, the Bidder provided additional documents with project experience details. However, these documents do not conforming the qualification requirement of the specified equipment. In this regard, further clarification may be sent to the bidder for providing this information or the bidder may be asked to provide this information before any pre-award clarification meeting, if the bidder is selected for award of Contract by WAPDA. It may be noted that Andritz have mentioned that the Site installation of the equipment covered by the scope of supply will be performed by others, not in Andritz Scope. This work will be carried out by Power China Chengdu. However, no documents have been provided showing experience of Chengdu Power China. GENERATOR WITH CAPACITY OF 255 MVAOR GREATER In his Bid, the Bidder has nominated Andritz Hydro as Sub-Contractor. The Bidder has submitted documents for six Projects in his Bid. The documents submitted do not fulfil the requirements of the Bidding Documents. In response to post bid clarification, the Bidder provided additional documents with project experience details. However, these documents do not conforming the qualification requirement of the specified equipment. In this regard, further clarification may be sent to the bidder for providing this information or the bidder may be asked to provide this information before any pre-award clarification meeting, if the bidder is selected for award of Contract by WAPDA. It may be noted that Andritz have mentioned that the Site installation of the equipment covered by the scope of supply will be performed by others, not in Andritz Scope. This work will be carried out by Power China Chengdu. However, no documents have been provided showing experience of Chengdu Power China. POWER TRANSFORMER In his Bid, the Bidder has nominated following four manufacturers for this equipment: i. TBEA Hengyang Transformer Co. Ltd ii. TBEA Shenyang Transformer Co. Ltd iii. Changzhou XD Transformer Co. Ltd. The Bidder has submitted documents for above-mentioned manufacturers in his Bid. The documents submitted do not fulfil the requirements of the Bidding Documents. In response to post bid clarification, the Bidder provided additional documents with project experience details which do not fulfil requirements of the bidding documents. In this regard, further clarification may be sent to the bidder for providing this information or the bidder may be asked to provide this information before any pre-award clarification meeting, if the bidder is selected for award of Contract by WAPDA.
  • 28. Water and Power Development Authority Initial Drat Report of Evaluation on Technical Bid Mohmand Dam Hydropower Project (Part A -Eligibility and Qualification) 24 | Page HYDRAULIC STEEL STRUCTURE In his Bid, the Bidder has nominated Sinohydro Jiajiang Hydraulic Machinery Co. Ltd. The Bidder has submitted documents for Sinohydro Jiajiang Hydraulic Machinery Co. Ltd. in his Bid. The documents submitted do not fulfil the requirements of the Bidding Documents. In response to post bid clarification, the Bidder provided additional documents with project experience details which do not fulfil requirements of the bidding documents. In this regard, further clarification may be sent to the bidder for providing this information or the bidder may be asked to provide this information before any pre-award clarification meeting, if the bidder is selected for award of Contract by WAPDA. 4.9.3 Evaluation Criteria – E&M Works (Activity No. 8) Sub-Contractors/manufacturers for the following major items of supply or services must meet the following minimum criteria, herein listed for that item. The minimum criteria will be applied to all Sub-Contractors / manufacturers, which are intended to be used.  Major Equipment / Plant Items including:  Turbine auxiliaries  Main Inlet Valve (MIV)  Governor System  Generator Exciter and Generator  Unit and Station Auxiliary Power Supply System (MV & LV Switchgear)  Protection, Relay and Metering Equipment  Distributed Plant Control system (DCS)  220kV Switchyard  220 KV interconnection transmission line  SCADA System  Draft Tube Hydraulic Gates  Low Level Outlet Bonneted Gates  Low Level Outlet Radial Gates  Spillway Radial Gates  Spillway Stop logs  Diversion Tunnel Intake Fixed  Flushing Outlet Fixed Wheel Gates  Flushing Outlet Bulkhead Gates i. The proposed suppliers must demonstrate at least fifteen (15) years of business starting from January 01, 1997 on International projects outside their home countries with similar equipment designed according to international standards. ii. Main Plant equipment i.e. Turbine, Governor, Generator, Main Inlet Valve, Power Transformer and Hydraulic Gates shall comply with US/European/Japanese standard. Evaluation Results (Key Activity No. 8) CGGC-DESCON JV Turbine Auxiliaries
  • 29. Water and Power Development Authority Initial Drat Report of Evaluation on Technical Bid Mohmand Dam Hydropower Project (Part A -Eligibility and Qualification) 25 | Page In his Bid, the Bidder did not propose any sub-contractor/manufacturer for this equipment. The Bidder has asked to confirm his sub-contractor/manufacturer for this equipment through post bid clarification. In response to post bid clarification, the Bidder has confirmed that the Voith shall be the manufacturer of turbine auxiliaries. The Bidder in post bid clarification response provided additional documents with project experience details which fulfil requirements of the bidding documents. Main Inlet Valve (MIV) In his Bid, the Bidder has nominated following three manufacturers for this equipment: i. Hubei Hongchen General Machinery Co. Ltd., China ii. China Valves Technology (Changsha) Co. Ltd., China iii. Tieling Special Valve Corporation, China The Bidder has submitted documents for above-mentioned manufacturers in his Bid. The documents submitted do not fulfil the requirements of the Bidding Documents. In response to post bid clarification, the Bidder provided additional documents with project experience details which do not fulfil requirements of the bidding documents. In this regard, further clarification may be sent to the bidder for providing this information or the bidder may be asked to provide this information before any pre-award clarification meeting, if the bidder is selected for award of Contract by WAPDA. Governor System In his Bid, the Bidder has nominated following three manufacturers for this equipment: i. Wuhan Sanlian Electric Co. Ltd., China ii. Three Gorges Nengshida Electrical Co. Ltd, China iii. Wuhan Changjiang Control Equipment Research Institute, China The Bidder has submitted documents for above-mentioned manufacturers in his Bid. The documents submitted do not fulfil the requirements of the Bidding Documents. In response to post bid clarification, the Bidder provided additional documents with project experience details which do not fulfil requirements of the bidding documents. In this regard, further clarification may be sent to the bidder for providing this information or the bidder may be asked to provide this information before any pre-award clarification meeting, if the bidder is selected for award of Contract by WAPDA. Generator Exciter In his Bid, the Bidder has nominated following three manufacturers for this equipment: i. Guangzhou Kinte Industrial Co. Ltd., China ii. Three Gorges Nengshida Electrical Co. Ltd, China iii. Wuhan Changjiang Control Equipment Research Institute, China The Bidder has submitted documents for above-mentioned manufacturers in his Bid. The documents submitted do not fulfil the requirements of the Bidding Documents. In response to post bid clarification, the Bidder provided additional documents with project experience details which do not fulfil requirements of the bidding documents. In this regard, further clarification may be sent to the bidder for providing this information or the bidder may be asked to provide this information before any pre-award clarification meeting, if the bidder is selected for award of Contract by WAPDA. Unit and Station Auxaliary Power Supply System (MV & LV Switchgear)
  • 30. Water and Power Development Authority Initial Drat Report of Evaluation on Technical Bid Mohmand Dam Hydropower Project (Part A -Eligibility and Qualification) 26 | Page In his Bid, the Bidder has nominated following three manufacturers for this equipment: i. ABB (China) Ltd. ii. Siemens (Ltd)., China iii. Schneider Electric (China) Co. Ltd. The Bidder has submitted documents for above-mentioned manufacturers in his Bid. The documents submitted do not fulfil the requirements of the Bidding Documents. In response to post bid clarification, the Bidder provided additional documents with project experience details which do not fulfil requirements of the bidding documents. In this regard, further clarification may be sent to the bidder for providing this information or the bidder may be asked to provide this information before any pre-award clarification meeting, if the bidder is selected for award of Contract by WAPDA. Protection, Relay and Metering Equipment In his Bid, the Bidder has nominated following three manufacturers for this equipment: i. ABB (China) Ltd. ii. Siemens (Ltd)., China iii. Schneider Electric (China) Co. Ltd. The Bidder has submitted documents for above-mentioned manufacturers in his Bid. The documents submitted do not fulfil the requirements of the Bidding Documents. In response to post bid clarification, the Bidder provided additional documents with project experience details which do not fulfil requirements of the bidding documents. In this regard, further clarification may be sent to the bidder for providing this information or the bidder may be asked to provide this information before any pre-award clarification meeting, if the bidder is selected for award of Contract by WAPDA. Distributed Plant Control system (DCS) In his Bid, the Bidder has nominated following three manufacturers for this equipment: i. ABB (China) Ltd. ii. Siemens (Ltd)., China iii. Schneider Electric (China) Co. Ltd. The Bidder has submitted documents for above-mentioned manufacturers in his Bid. The documents submitted do not fulfil the requirements of the Bidding Documents. In response to post bid clarification, the Bidder provided additional documents with project experience details which do not fulfil requirements of the bidding documents. In this regard, further clarification may be sent to the bidder for providing this information or the bidder may be asked to provide this information before any pre-award clarification meeting, if the bidder is selected for award of Contract by WAPDA. SCADA System In his Bid, the Bidder has nominated following three manufacturers for this equipment: i. ABB (China) Ltd. ii. Siemens (Ltd)., China iii. Schneider Electric (China) Co. Ltd. The Bidder has submitted documents for above-mentioned manufacturers in his Bid. The documents submitted do not fulfil the requirements of the Bidding Documents. In response to post
  • 31. Water and Power Development Authority Initial Drat Report of Evaluation on Technical Bid Mohmand Dam Hydropower Project (Part A -Eligibility and Qualification) 27 | Page bid clarification, the Bidder provided additional documents with project experience details which do not fulfil requirements of the bidding documents. In this regard, further clarification may be sent to the bidder for providing this information or the bidder may be asked to provide this information before any pre-award clarification meeting, if the bidder is selected for award of Contract by WAPDA. Draft Tube Hydraulic Gates, Low Level Outlet Bonneted Gates, Low Level Outlet Radial Gates, Spillway Radial Gates, Spillway Stop logs, Diversion Tunnel Intake Fixed Wheel Gates, Flushing Outlet Fixed Wheel Gates, Flushing Outlet Bulkhead Gates In his Bid, the Bidder has nominated China Gezhhouba Group Machinery Ship Co. Ltd., China. The Bidder has submitted documents for China Gezhhouba Group Machinery Ship Co. Ltd., China in his Bid. The documents submitted do not fulfil the requirements of the Bidding Documents. In response to post bid clarification, the Bidder provided additional documents with project experience details which fulfil requirements of the bidding documents. FWO-Power China JV Turbine Auxiliaries In his Bid, the Bidder did not propose any sub-contractor/manufacturer for this equipment. The Bidder has asked to confirm his sub-contractor/manufacturer for this equipment through post bid clarification. In response to post bid clarification, the Bidder has confirmed that the Andritz Hydro shall be the manufacturer of turbine auxiliaries. The Bidder provided additional documents with project experience details which do not fulfil requirements of the bidding documents. In this regard, further clarification may be sent to the bidder for providing this information or the bidder may be asked to provide this information before any pre-award clarification meeting, if the bidder is selected for award of Contract by WAPDA. Main Inlet Valve (MIV) In his Bid, the Bidder has nominated following three manufacturers for this equipment: i. China Valve Technology (Changsha) Co. Ltd. ii. Tieling Special Valve Corporation iii. Hubei Hongcheng General Machinery Co., Ltd. The Bidder has submitted documents for above-mentioned manufacturers in his Bid. The documents submitted do not fulfil the requirements of the Bidding Documents. In response to post bid clarification, the Bidder provided additional documents with project experience details which do not fulfil requirements of the bidding documents. In this regard, further clarification may be sent to the bidder for providing this information or the bidder may be asked to provide this information before any pre-award clarification meeting, if the bidder is selected for award of Contract by WAPDA. Governor System In his Bid, the Bidder has nominated following five manufacturers for this equipment: i. DFEM control equipment Co. Ltd. ii. Wuhan Changjiang Control equipment Research Institute Co. Ltd. iii. Beijing IWHR Technology Co. Ltd.
  • 32. Water and Power Development Authority Initial Drat Report of Evaluation on Technical Bid Mohmand Dam Hydropower Project (Part A -Eligibility and Qualification) 28 | Page iv. Wuhan Sanlian Electric Co. Ltd. v. The Three Gorges of the Yangtze River can reach the electric Limited by Share Ltd. The Bidder has submitted documents for above-mentioned manufacturers in his Bid. The documents submitted do not fulfil the requirements of the Bidding Documents. In response to post bid clarification, the Bidder provided additional documents with project experience details which do not fulfil requirements of the bidding documents. In this regard, further clarification may be sent to the bidder for providing this information or the bidder may be asked to provide this information before any pre-award clarification meeting, if the bidder is selected for award of Contract by WAPDA. Generator Exciter In his Bid, the Bidder has nominated following three manufacturers for this equipment: i. NR Electric (NR) Co. Ltd. ii. Guangzhou Kinte Industrial Co. Ltd. iii. DFEM control equipment Co. Ltd. The Bidder has submitted documents for above-mentioned manufacturers in his Bid. The documents submitted do not fulfil the requirements of the Bidding Documents. In response to post bid clarification, the Bidder provided additional documents with project experience details which do not fulfil requirements of the bidding documents. In this regard, further clarification may be sent to the bidder for providing this information or the bidder may be asked to provide this information before any pre-award clarification meeting, if the bidder is selected for award of Contract by WAPDA. Unit and Station Auxaliary Power Supply System (MV & LV Switchgear) In his Bid, the Bidder has nominated following three manufacturers for this equipment: i. Chuan Kai Electric Co. Ltd. (CCK) ii. Daqo group Co. Ltd. iii. Cooper (Ningbo) Electric Co. Ltd. The Bidder has submitted documents for above-mentioned manufacturers in his Bid. The documents submitted do not fulfil the requirements of the Bidding Documents. In response to post bid clarification, the Bidder provided additional documents with project experience details from which only Chuan Kai Electric Co. Ltd. (CCK) fulfil the requirement other do not fulfil requirements of the bidding documents. In this regard, further clarification may be sent to the bidder for providing this information or the bidder may be asked to provide this information before any pre-award clarification meeting, if the bidder is selected for award of Contract by WAPDA. Protection, Relay and Metering Equipment In his Bid, the Bidder has nominated following three manufacturers for this equipment: i. Beijing Sifang Automation Co. Ltd ii. NR Electric (NR) Co. Ltd. iii. XJ GROUP Corporation The Bidder has submitted documents for above-mentioned manufacturers in his Bid. The documents submitted do not fulfil the requirements of the Bidding Documents. In response to post bid clarification, the Bidder provided additional documents with project experience details from which only XJ GROUP Corporation fulfil the requirement other do not fulfil requirements of the bidding documents. In this regard, further clarification may be sent to the bidder for providing this
  • 33. Water and Power Development Authority Initial Drat Report of Evaluation on Technical Bid Mohmand Dam Hydropower Project (Part A -Eligibility and Qualification) 29 | Page information or the bidder may be asked to provide this information before any pre-award clarification meeting, if the bidder is selected for award of Contract by WAPDA. Distributed Plant Control system (DCS) In his Bid, the Bidder has nominated following two manufacturers for this equipment: i. NR Electric (NR) Co. Ltd. ii. Beijing IWHR Technology Co. Ltd. The Bidder has submitted documents for above-mentioned manufacturers in his Bid. The documents submitted do not fulfil the requirements of the Bidding Documents. In response to post bid clarification, the Bidder provided additional documents with project experience details which fulfil requirements of the bidding documents. SCADA System In his Bid, the Bidder has nominated following two manufacturers for this equipment: i. NR Electric (NR) Co. Ltd. ii. Beijing IWHR Technology Co. Ltd. The Bidder has submitted documents for above-mentioned manufacturers in his Bid. The documents submitted do not fulfil the requirements of the Bidding Documents. In response to post bid clarification, the Bidder provided additional documents with project experience details which fulfil requirements of the bidding documents. 4.9.4 Evaluation Criteria – E&M Works (Activity No. 9) 9. The following equipment will be installed on Left and Right bank irrigation tunnels to regulate the discharge as per irrigation requirements.  Gate valves  Fixed Cone Valves  Stainless Steel Pipes i. The Manufacturer of valves and pipes must have the experience of manufacturing the equipment upto DN 700& PN 20 and have supplied the equipment to at-least three (3) similar projects. All of such three (3) projects must have been located outside the home country of the Manufacturer. ii. The equipment offered must have been in commercial operation for at least 3 years proven by the reference documentation to be attached by the bidder. 4.9.5 Evaluation Results – E&M Works (Activity No. 9) CGGC-DESCON JV Stainless Steel Pipes In his Bid, the Bidder has nominated Jiangsu Wujin Stainless Steel Pipe Co., Ltd. The Bidder has submitted documents for Jiangsu Wujin Stainless Steel Pipe Co., Ltd. in his Bid. The documents submitted do not fulfil the requirements of the Bidding Documents. In response to post bid clarification, the Bidder provided additional documents with project experience details which
  • 34. Water and Power Development Authority Initial Drat Report of Evaluation on Technical Bid Mohmand Dam Hydropower Project (Part A -Eligibility and Qualification) 30 | Page do not fulfil requirements of the bidding documents. In this regard, further clarification may be sent to the bidder for providing this information or the bidder may be asked to provide this information before any pre-award clarification meeting, if the bidder is selected for award of Contract by WAPDA. Fixed Cone Valves, Gate Valves In his Bid, the Bidder has nominated Shanghai Karon Valves Machinery Co., Ltd. The Bidder has submitted documents for Shanghai Karon Valves Machinery Co., Ltd. in his Bid. The documents submitted do not fulfil the requirements of the Bidding Documents. In response to post bid clarification, the Bidder provided additional documents with project experience details which do not fulfil requirements of the bidding documents. In this regard, further clarification may be sent to the bidder for providing this information or the bidder may be asked to provide this information before any pre-award clarification meeting, if the bidder is selected for award of Contract by WAPDA. FWO-Power China JV Stainless Steel Pipes In his Bid, the Bidder has nominated Sinohydro Jiajiang Hydraulic Machinery Co. Ltd. The Bidder has submitted documents for Sinohydro Jiajiang Hydraulic Machinery Co. Ltd. in his Bid. The documents submitted do not fulfil the requirements of the Bidding Documents. In response to post bid clarification, the Bidder provided additional documents with project experience details which do not fulfil requirements of the bidding documents. In this regard, further clarification may be sent to the bidder for providing this information or the bidder may be asked to provide this information before any pre-award clarification meeting, if the bidder is selected for award of Contract by WAPDA. Gate Valves In his Bid, the Bidder has nominated Chengdu Chengfeng Valve Corporation Limited. The Bidder has submitted documents for Chengdu Chengfeng Valve Corporation Limited in his Bid. The documents submitted do not fulfil the requirements of the Bidding Documents. In response to post bid clarification, the Bidder provided additional documents with project experience details which do not fulfil requirements of the bidding documents. In this regard, further clarification may be sent to the bidder for providing this information or the bidder may be asked to provide this information before any pre-award clarification meeting, if the bidder is selected for award of Contract by WAPDA. Fixed Cone Valves In his Bid, the Bidder has nominated China Valve Technology (Changsha) Co., Limited The Bidder has submitted documents for China Valve Technology (Changsha) Co., Limited his Bid. The documents submitted do not fulfil the requirements of the Bidding Documents. In response to post bid clarification, the Bidder provided additional documents with project experience details which do not fulfil requirements of the bidding documents. In this regard, further clarification may be sent to the bidder for providing this information or the bidder may be asked to provide this information before any pre-award clarification meeting, if the bidder is selected for award of Contract by
  • 35. Water and Power Development Authority Initial Drat Report of Evaluation on Technical Bid Mohmand Dam Hydropower Project (Part A -Eligibility and Qualification) 31 | Page WAPDA. 4.10 Security 4.10.1 Evaluation Criteria Pursuant to part 4.3 of Section III, all Applicants as a Single Entity and/or One member in case of Joint Ventures must submit “Project Security Plan” and demonstrate adequate organizational capacity required to ensure security of the Project and its employed manpower, through / in coordination with Sponsoring Department / Law Enforcement Agencies (LEAs). 4.10.2 Submission Requirement The bidders was required to submit Form 4.3 as per submission requirement wherein the the bidder shall provide the details of his proposed site security arrangements plan for the staff of employer, the engineer, his own staff and all the other persons working at site. The bidder shall provide the details of his security personnel to be deployed for the security and safety of the plant, equipment and storage yard, along with full details of weapons and other safety equipment to be used by security staff. The security personnel shall be either retired army officials / LEAs or engaged through private security agencies, duly licensed by the government. However selection of security agency should strictly be made according to the instructions issued by Government of Pakistan / NACTA. 4.10.3 Evaluation Results CGGC-Descon JV The Lead Partner, CGGC has submitted Security “Arrangement Plan” wherein, it is stated that:  This security plan will be applicable to the residence facilities, camp site and construction site of project management teams of all levels at the project during construction stage of Mohmand Dam project, which mainly includes: safety and security work at project Employer’s camp, Contractor’s camp, heavy oil power station, 1# work area camp, 2# work area, metal structure electromechanical processing plants, oil depots, Todobo borrow-area, Sapparre borrow-area and checkpoints, etc.  The Security team shall comprise of a Manager of the Security Company and main management of the CGGC Descon JV. It shall be responsible for the organization and management of safety related works of the Employer, Engineer and the Contractor, as well as collaborate with local security organizations (such as army resources and tribe coordination).  The Lead Partner has also provided relevant information data such Brochure, Brief presentation, etc. of the two local security companies i.e. Ghouri Security Company and Ready Guard Company.  The details of the security technology and equipment are also provided. FWO-Powerchina JV The Lead Partner, FWO has provided Security “Arrangement Plan” wherein, it is stated that:  The FWO-Descon will provide security services.
  • 36. Water and Power Development Authority Initial Drat Report of Evaluation on Technical Bid Mohmand Dam Hydropower Project (Part A -Eligibility and Qualification) 32 | Page  The security will be provided to following: a) Site and surrounding area of project will be secured. b) All camps will be provided security c) All offices will be provided security d) Borrow areas in project and routes leading to them. e) Every kind of movement in the area will be secured.  The total manpower resource required for security purpose will be around 560 Armed Personnel with 20 L TV/HTV vehicles, 500-600 weapons and 60 no.s signal equipment. 4.11 Finance Raising Experience 4.11.1 Evaluation Criteria Pursuant to part 5.1 of Section III, all Applicants as a Single Entity and/or All member combined in case of Joint Ventures shall demonstrate Experience in raising at least US$ 600 Million in limited recourse debt for at least one (01) project or two (02) projects of at least US$ 300 Million that has reached financial closure over the last fifteen (15) years. 4.11.2 Evaluation Results CGGC-Descon JV The Lead Partner, CGGC has submitted filled Form EXP 5.1 listing four projects. Size of the loan mentioned for the three listed projects (870 MW Suki kinari Hydropower Project in Pakistan, The President Dr Nestor Carlos Kirchner and Gobernadoe Jorge Cepemic Hydropower Project in Argentina and Paute-Sopladora Hydropower Project in Southeastern Ecuador) exceed the contract value criteria of US$ 300. The CGGC-Descon JV meets the minimum requirement of the criteria for finance raising experience, hence qualify. FWO-Powerchina JV The JV Member, Power Construction Corporation of China has submitted filled From EXP 5.1 listing one Project (Zhongshan-Kaiping Expressway (including Xiaolan Branch) Project in China). Size of the loan mentioned for the listed Project exceeds the contract value criteria of US$ 600. The FWO-Powerchina JV meets the minimum requirement of the criteria for finance raising experience, hence qualify.
  • 37. Water and Power Development Authority Initial Drat Report of Evaluation on Technical Bid Mohmand Dam Hydropower Project (Part A -Eligibility and Qualification) 33 | Page SECTION 5: CONCLUSIONS AND RECOMMENDATIONS 5.1 Conclusions This report covers the Eligibility and Qualifications part of the Technical Bids.The detailed Technical evaluation report will be submitted after receiving the Technical Clarifcations from the prospective bidders. The detailed on comments of the Bidders Detailed analysis tables are contained in Appendix F with a summary of the results for each criterion in Appendix G: No. Item Bid-01 (CGGC-Descon JV) Bid-02 (FWO-Powerchina JV) 1. Eligibility Pass Pass 2. Historical Contract Non-Performance Pass Pass 3. Financial Situation and Performance Pass Pass 4 Experience Pass Fail 5 Finance Raising Experience Pass Pass Overall Evaluation – Eligibility and Qualification Pass Fail Overall, only Bid-01 met all the eligibility and qualification criteria. 5.2 Recommendations Based on the analysis undertaken it is recommended that:  The Bid-01 submitted by CGGC-Descon meet the minimum requirements set out for eligibility and qualification of the Bidder and should be qualified for the next stage of evaluation.  The Bid-02 submitted by FWO-Powerchina fails to meet the minimum requirements set out for eligibility and qualification of the Bidder and should not be considered for the next stage of evaluation.  FWO fails to meet the eligibility and qualification criteria because he has fails to demonstrate his technical capacity to perform 65% share of his work.
  • 38. Water and Power Development Authority Initial Drat Report of Evaluation on Technical Bid Mohmand Dam Hydropower Project (Part A -Eligibility and Qualification) A1 | Page Appendices Appendix A. Basic Bidding Data Sheet Appendix B. Communications with Bidders During Bid Period Appendix C. Record of Bid Opening Appendix D. Clarifications During Evaluation Appendix E. Completeness of Bids Appendix J. Bid Security
  • 39. Water and Power Development Authority Initial Drat Report of Evaluation on Technical Bid Mohmand Dam Hydropower Project (Part A -Eligibility and Qualification) A2 | Page Appendix A. Basic Bidding Data Sheet Table A.1: Basic Data Sheet – Technical Bids Item Value Project Title Mohmand Dan Hydropower Project ICB Contract No. MDHPP-01 Bid Title Construction of civil works including Design, supply and installation of Electrical and mechanical works and hydraulic steel structures Date Invitation for Bids Issued 27 November, 2017 Mode of Procurement International Competitive Bidding with prequalification; Single stage, two envelope procedure. Pre-Bid Meeting and Site Visit Dates 11:00 am on 24 January 2018 Bid Closing Date and Time 11:00 am on26 June 2018, Opening Date and Time 11:30 am on 26 June 2018 Number of Bids Received Two Bid Validity 182 days Bid Security PKR 2,000,000,000 Bid security validity 28 days after expiry of bid validity, or later
  • 40. Water and Power Development Authority Initial Drat Report of Evaluation on Technical Bid Mohmand Dam Hydropower Project (Part A -Eligibility and Qualification) A3 | Page Appendix B. Communications with Bidders during Bid Period The following Clarifications were issued to all Bidders in response to questions asked by them. As requiredthe Clarifications were sent to all bidders irrespective of who asked the question, and no identification ofwho ask the questions was given in the documents issued. [details of bidders’ requests for clarification of the Bidding Documents to be inserted]
  • 41. Water and Power Development Authority Initial Drat Report of Evaluation on Technical Bid Mohmand Dam Hydropower Project (Part A -Eligibility and Qualification) A4 | Page Appendix C. Record of Bid Opening The following pages are the official record of the Bid opening as recorded by the Employer. [record of bid opening to be inserted]
  • 42. Water and Power Development Authority Initial Drat Report of Evaluation on Technical Bid Mohmand Dam Hydropower Project (Part A -Eligibility and Qualification) A5 | Page Appendix D. Clarifications during Evaluation Given the limited time allowed for evaluation of the Bids no Clarifications have been issued during theevaluation process. Where any particular item has been found to be unclear, and this applies to the LowestEvaluated Bidder it is suggested that this is discussed with them prior to Award of Contract. A table ofrelevant clarifications for each bidder is included in Appendix K. [Employer’s requests for clarification of bids received to be inserted]
  • 43. Water and Power Development Authority Bid Evaluation Report Mohmand Dam Hydropower Project A6 | Page Appendix E. Completeness of Bids The table that follows records whether the documentation submission requirements have been compliedwith by each bidder. Note that the review is a check that a document had been provided,not whether it was acceptable. Further checks on acceptability are provided in Appendix F. BD №. Description CGGC-Descon JV FWO- PowerChina JV D 18.4 One original and three copies provided Y Y 11.14 (a) Letter of Technical Bid Y Y (b) Bid Security Y Y (c) Written confirmation authorizing signatory of Bid to act for the Bidder – Powers of Attorney Y Y (d) Joint Venture Agreement Y Y (e) Registration with Pakistan Engineering Council Y P (f) Bidders Information Forms ELI-1.1and 1.2 Y Y (g) Historical Contract Non-Performance, andPending Litigation and Litigation HistoryForm CON-2 Y Y (h) HSE Performance Declaration Form CON-3 Y Y (i) Financial Situation and Performance Form FIN-3.1 Y Y (j) Average Annual Construction Turnover Form FIN-3.2 Y Y (k) Financial Resources Form FIN-3.3 Y Y (l) Current Contract Commitments/ Works inProgress Form FIN-3.4 Y Y (m) General Construction Experience Form EXP-4.1 Y Y (n) Specific Construction and ContractManagement Experience Forms EXP 4.2(a) & 4.2(b) Y Y (o) Security Arrangement Plans Form EXP-4.3 Y Y (p) Finance Raising Experience Form EXP 5.1 Y Y (q) Organization Charts and Manning Schedule (Overall and Lot-1, Lot-2 & Lot-3)Form TP-1 Y Y (r) Method Statement (Overall and each Lot) Form TP-2 Y Y (s) Mobilization Schedule (Overall and each Lot) Form TP-3 Y Y (t) Construction Schedule (Overall and Lot-1,Lot-2 & Lot-3) Form TP-4 Y Y (u) Contractor’s Equipment (Overall, Lot-1,Lot-2, Lot-3) Form TP-5 Y Y (v) Contractor’s Representative and Key Personnel (Overall, Lot-1, Lot-2, Lot-3) Forms TP-6.1 and 6.2 Y Y (w) Proposed Manufacturers and Subcontractors (Overall, Lot-1, Lot-2, Lot-3) Form SC-1 Y Y (x) Construction Camp and Housing Facilities (Appendix-I) Y Y
  • 44. Water and Power Development Authority Bid Evaluation Report Mohmand Dam Hydropower Project A7 | Page BD №. Description CGGC-Descon JV FWO- PowerChina JV (y) Integrity Pact Appendix-J Y Y (z) HSE Management Strategies and Impl. Plans (Appendix-L) Y Y (aa) Code of Conduct (HSE) (Appendix-M) Y Y (bb) Technical Schedules for Design, Supply & Installation of Electrical and Mech. Works and Hydraulic Steel Structures (Lot 4) Y Y o Technical Schedule T-1 Performance/ Technical Guarantees Y Y o Technical Schedule T-2 Technical Particulars Y Y o Technical Schedule T-3 Technical Documents Y Y o Technical Schedule T-4 Proposed Manufacturers and Sub-Contractors Y Y o Technical Schedule T-5 Construction Time Schedule Y Y o Technical Schedule T-6 Organization Charts and Manning Schedule Y Y o Technical Schedule T-7 Key Personnel Y Y o Technical Schedule T-8 Labor Forces Y Y o Technical Schedule T-9 Layout Plan of Temporary Facilities Y Y o Technical Schedule T-10 Contractor’s Equipment Y Y o Form FUNC Functional Guarantees Y Y Completeness of Bids Complete Conditionally complete* Note: Y = Yes; N = No; P = Partially Complete; N/A = Not Applicable * The FWO-PowerChina bid is missing only the PEC registrations for PowerChina and PowerChina Chengdu. Evidence is provided that applications for registration have been lodged with PEC. The Bid should therefore be allowed to proceed, subject to the condition that the PEC registrations would be formalised before contract award if the Bidder is ranked first.
  • 45. Water and Power Development Authority Bid Evaluation Report Mohmand Dam Hydropower Project A8 | Page Appendix F. Substantial ResponsivenessDetails The tables below provides an assessment of the substantial responsiveness of documentation provided with each bid. Refer also to Section 3 of this report. Appendix F1: Substantial Responsiveness – CGGC-Descon JV Appendix F2: Substantial Responsiveness– FWO-PowerChina-PowerChina Chengdu